PGI 204.606 Reporting data.

(1)  Methods of reporting to FPDS.

(i)  Individual contract action report (CAR) (one CAR per contract action).

The normal method of reporting to FPDS is through the use of individual CARs. However, see paragraphs (1)(ii) and (iii) of this section for exceptions to individual reporting.

(ii)  Multiple CARs (more than one CAR per contract action).

(A)  Prepare multiple CARs if-

(1)  The contract or order award is anticipated to include foreign military sales (FMS) funding in addition to non-FMS funding.

(2)  The contract or order award includes line items with more than one type of contract pricing (e.g., fixed-price, cost-plus-fixed-fee) and at least two of the types of contract pricing have a dollar value greater than $5,000,000 for that type. Use a separate CAR for each type of contract pricing arrangement

(B)  The determination of whether multiple CARs are needed for the situations described in (A) of this section is made when the contract or order is awarded. Contracting officers are not required to delete and re-enter CARs in FPDS as multiple CARs if, during the life of the contract or order, subsequent unanticipated modifications make the award eligible for multiple CARs.

(C)  The following multiple CAR transaction identification numbers have been established for reporting multiple CARs and shall be used by all DoD contracting offices. Do not use transaction numbers other than '0' if the requirements for multiple CARs in (A) and (B) of this section do not apply at the time of contract or order award. When reporting modifications, include the transaction number that was reported on the initial base award in order to properly identify the referenced contract action report. If both situations described in PGI 204.606(1)(ii)(A) exist, transaction numbers should be assigned based on FMS and non-FMS rather than by type of contract pricing arrangement.

Transaction Type

Transaction Number

No multiple CARs

0

DoD-Cost

1

DoD-Cost-Sharing

2

DoD-CPAF

3

DoD-CPFF

4

DoD-CPIF

5

DoD-FFP

6

DoD-FP-EPA

7

DoD-FP-LOE

8

DoD-FPAF

9

DoD-FPI

10

DoD-FPR

11

DoD-LH

12

DoD-TM

13

FMS

14

Non-DoD

15

Non-FMS

16

DoD

17

(iii)  Express reporting (consolidated reporting of multiple contract actions, to be submitted at least monthly).

(A)  Express reporting may be used for-

(1)  Multiple contract actions against a single contract or agreement, when monthly volume of actions is such that individual contract action reporting is overly burdensome (e.g., orders placed by the Defense Commissary Agency for resale; installation housing maintenance; and recurring blanket purchase agreement actions);

(2)  Multiple contract actions accomplished away from the contracting office, such as ships away from home port; contingency, humanitarian, or peacekeeping operations; or other remote deployments;

(3)  Multiple delivery orders that use the Governmentwide purchase card as both the method of purchase and payment under federal supply schedules, Governmentwide acquisition contracts (GWACs), blanket purchase agreements (BPAs), basic ordering agreements (BOAs), and other indefinite-delivery type contracts;

(4)  Multiple contract actions for energy-related supplies and associated services accomplished by the Defense Logistics Agency (DLA) Energy; and

(5)   Orders under communications service agreements for local dial tone services, in accordance with agency procedures.

(B)  When express reports reflect more than one contractor for overseas actions or consolidated delivery orders made using the Government purchase card where identification of the contract or agreement is not possible, use the appropriate generic DUNS number.

(C)  When express reports are used, sum all of the actions and enter in the 'Number of Actions' data field. Also sum all of the obligations and enter in the 'Action Obligation', 'Base and Exercised Options Value', and 'Base and All Options Value' data fields. Express reports must be submitted no less frequently than monthly.

(2)  Actions not reported. In addition, to the types of actions listed in FAR 4.606(c), do not report the following types of actions to FPDS:

(i)  Orders placed by ordering officers against indefinite-delivery vehicles awarded by-

(A)  The United States Transportation Command (USTRANSCOM) or its components for decentralized transportation-related services. USTRANSCOM will report these orders. Contracting officers shall submit consolidated reports of orders (bookings/bills of lading) at least annually to USTRANSCOM; or

(B)  The Defense Logistics Agency (DLA) Energy for energy-related supplies and associated services. DLA Energy will report these orders.

(ii)  Contracts, agreements, or orders that are themselves classified.

(3)  Specific instructions for entering data in FPDS.

(i)  Contracting officers shall choose the correct FPDS format (e.g., purchase order, basic ordering agreement (BOA), blanket purchase agreement (BPA)) to report the award of a new contract, agreement, or order. Note that prior to FY10, DoD offices reported BOAs and BPAs as Indefinite-Delivery Contracts (IDCs) in FPDS; BPA calls issued under those pre-FY10 reported BPAs are reported using the task/delivery order format in FPDS. BPA calls issued under DoD issued BPAs reported FY10 or later or any civilian agency issued BPA should be reported using the BPA call format.

(ii)  The remaining instructions in this section cover the different sections of an FPDS contract action report, as presented to the user in the system.  Not every data element is addressed here, as many are self-explanatory.  Users should also consult the FPDS User Manual referenced in PGI 204.602(1)(iii) for more complete descriptions and examples.  Also, the instructions in this section use data field names based on what is shown to the user while entering data in FPDS; for more specific information, review the FPDS Data Element Dictionary referenced in PGI 204.602(1)(i).

(iii)  FPDS Entry - Document Information Section.

(A)  Enter the new contract, agreement, or order number in the 'Procurement Identifier' data field.  Note that new awards will be reflected as Modification 0 in FPDS.

(B)  If the action is a BPA awarded against a Federal Supply Schedule, enter the Federal Supply Schedule contract number in the 'Referenced IDV' data field.

(C)  If the action is a delivery order awarded against a Federal Supply Schedule, Governmentwide acquisition contract (GWAC), BOA, or other indefinite-delivery contract (IDC); enter that contract or BOA number in the 'Referenced IDV' data field.

(D)  If the action is a BPA call awarded against a BPA, enter the BPA number in the 'Referenced IDV' data field.

(E)  If the action is a modification, enter the contract, agreement, or order number in the 'Procurement Identifier' data field and the modification number in the 'Modification No' data field.

(F)  If multiple reports are required by PGI 204.606(1)(ii), then enter the appropriate transaction number in the 'Trans No' data field.

(G)  If the award is associated with a solicitation, enter the solicitation number in the 'Solicitation ID' data field.

(H)  If the award is associated with an initiative identified in FPDS (e.g, American Recovery and Reinvestment Act), choose the appropriate value in the 'Initiative' data field.

(iv)  FPDS Entry -Treasury Account Symbol (TAS) data fields.

(A)  The TAS is used in FPDS to identify the type of funding obligated on a contract action.  Per guidance from the Office of Management and Budget, the TAS is used as the 'program source' data element required by the Federal Funding Accountability and Transparency Act.

(B)  The TAS should be provided by the requiring organization with the purchase request, and is often part of the line of accounting.  The list of valid TAS is maintained by the Department of Treasury in the FASTBook; an on-line version of the FASTBook is available at http://www.fms.treas.gov/fastbook/index.html.  Each TAS reported to FPDS includes a character agency identifier and a four character main account code (example:  97 0100).  Some TAS also require a three character subaccount code.  Note that the Department of Treasury FASTBook indicates a transition from a two character agency identifier to a three character agency identifier, completing in FY14.  However at this time, DoD contracting officers are advised to drop the leading zero (0) from a three character agency identifier, and enter the next two characters in FPDS (e.g., 097 becomes 97).

(C)  Report the TAS on CARs for each contract action with an obligation amount other than $0.  The TAS that is reported on a CAR should represent the predominant type of funding in terms of absolute dollars obligated and deobligated on the specific contract action being reported.

(D)  For contract actions awarded by working capital funds offices, and the original type of funds received from the customer are not tied to specific procurements or otherwise identifiable, use the TAS that represents the working capital funds provided.

(E)  For contract actions funded by foreign governments, and those funds are not considered under the Foreign Military Financing Program identified by the Department of Treasury in its FASTBook, in order to report the action to FPDS using the code that most closely approximates the use of the funds, then enter-

(1)  97 0100 (Operation and Maintenance, Defense-Wide, Defense) as the TAS for requirements that can be categorized as operations and maintenance in nature;

(2)  97 0300 (Procurement, Defense-Wide) as the TAS for requirements that can be categorized as procurement in nature; or

(3)  97 0400 (Research, Development, Test, and Evaluation, Defense-Wide) as the TAS for requirements that can be categorized as research and development in nature.

(F)  USTRANSCOM should use 97 0100 (Operation and Maintenance, Defense-Wide, Defense) as the TAS when reporting the consolidated orders of from their decentralized transportation-related services contracts.

(G)  Additional information regarding the TAS is available in Frequently Asked Questions on the DPAP website at http://www.acq.osd.mil/dpap/ in the eBusiness / FPDS section.

(v)  FPDS Entry - Dates Section.

(A)  The 'Date Signed' data field represents the date the contracting officer signed or otherwise awarded the contract action.  For actions where a verbal authorization to proceed was given prior to the signed contract action, use the date of the verbal authorization.

(B)  The date entered in the 'Completion Date' data field shall be the latest period of performance / delivery date of all of the exercised line items on the contract or order.  This data field must be updated on the contract action report used to report the modification whenever line items are added or exercised by modification that extend the period of performance / delivery date beyond what was previously entered, including the exercise of any option years.

(C)  The date entered in the 'Est. Ultimate Completion Date' data field shall be the latest period of performance / delivery date of all line items on the contract or order, including unexercised line items and option years.  This data field must be updated on the contract action report used to report the modification whenever line items are added or changed by modification that extend the period of performance/delivery date beyond what was previously entered.

(D)  The date entered in the 'Last Date to Order' data field on indefinite-delivery contracts, BOAs, and BPAs shall be the last date allowed by the contract for the contractor to accept orders.  This data field must be updated whenever this date is changed by modification from what was previously entered.

(vi)  FPDS Entry - Amounts Section.

(A)  When entering a net deobligation on a contract action, include the minus (-) sign.

(B)  The amount entered in the 'Base and Exercised Options Value' for new awards shall be the total value of all the exercised line items on the contract or order regardless of whether they are partially or fully funded.  This data field must be updated on the contract action report used to report the modification whenever the current value of the contract or order is changed by modification, including when options are exercised.  When reporting such a modification, report the net value of the change itself in 'Current' field; FPDS will calculate the new total Base and Exercised Options Value.

(C)  The amount entered in the 'Base and All Options Value' for new awards shall be the total potential value of the award (i.e., total price, total not-to-exceed amount, maximum award amount, etc), including the value of all unexercised line items and options. This data field must be updated on the contract action report used to report the modification whenever the total potential value is changed by modification.  When reporting such a modification, report the net value of the change itself in 'Current' field; FPDS will calculate the new total Base and All Options Value.

(vii)  FPDS Entry - Purchaser Information Section.

(A)  Enter the contracting office's DoD Activity Address Code (DoDAAC) in as the 'Contracting Office ID' data field.

(B)  If the requiring organization is a DoD organization, enter the DoDAAC for the requiring office in the 'Funding Office ID' data field.  This is normally the DoDAAC that is included on the purchase request in the purchase request number.  If the contract action is supporting working capital funded efforts and the specific requiring office is unknown, enter the DoDAAC for the working capital funded office.

(C)  If the requiring organization is not a DoD organization, enter the Funding Office ID provided on the interagency agreement in the 'Funding Office ID' data field.

(viii)  FPDS Entry - Contractor Information Section.

(A)  Enter the DUNS number for the vendor in the 'DUNS No.' data field.  This DUNS number will be used to pull the associated current record from the Central Contractor Registration (CCR) database.

(B)  If a CCR exception applies to the procurement, ensure the correct exception is chosen from the 'CCR Exception' data field.  In this case the DUNS number entered in the 'DUNS No.' data field will be used to pull the contractor's name and location information from Dun & Bradstreet's database.

(ix)  FPDS Entry - Contract Data Section.

(A)  On the contract action report used to report the base award, choose the type of contract pricing in the 'Type of Contract' data field that is applicable to the predominant amount of the action, based on the value of the line items.  This value will automatically populate any subsequent contract action reports for modifications.

(B)  Enter '1' in the 'Number of Actions' data field unless using Express Reporting procedures described in PGI 204.606(1)(iii).

(x)  FPDS Entry - Legislative Mandates Section.

(A)  For the 'Clinger-Cohen Act', 'Service Contract Act', 'Walsh-Healey Act', and 'Davis Bacon Act'; answer 'Yes' if the acts apply to any of the line items on the award. For the 'Service Contract Act', 'Walsh-Healey Act', and 'Davis Bacon Act', choose 'Not Applicable' if the act itself is not applicable based on implementation requirements in the FAR for each act, or choose 'No' if the act is applicable, but the associated clauses were not included in the award. For the 'Clinger-Cohen Act', choose 'No' if either the Act is not applicable or the planning requirements from the act were not accomplished.

(B)  If the contracting officer selects 'Other Statutory Authority' in the 'Interagency Contracting Authority', they must enter the name of the other authority in the associated text box.

(xi)  FPDS Entry - Principal Place of Performance Section.

(A)  For supplies, the data entered in this section shall reflect the predominant place where manufacturing occurred or where procured finished products were taken out of inventory. Do not enter the Government delivery location.

(B)  For services, identify the location that represents the predominant place the services are performed. For services that start performance in one location and complete performance in a different location, such as transportation and cargo shipment services, the completion or destination location shall be entered. If the contract or order has multiple destination locations, enter the location where the predominant amount is being delivered.

(C)  For place of performance based in the United States, ensure the zip code 4 data element is entered. This will populate the city and state fields accordingly.

(xii)  FPDS Entry - Product or Service Information Section.

(A)  For the product or service code (PSC) data field choose the code that best represents the predominant amount of supplies or services being procured on the award. The list of active PSCs for use in FPDS reporting is available on the FPDS website under the 'Worksite' section under 'Reference'.

(B)  For the principal NAICS code data field, enter the NAICS code that best represents the type of industry related to the predominant amount of supplies or services being procured on the award. If the award was a result of a solicitation that included any of the following provisions, use the NAICS code that was included in the provision: 52.204-8 'Annual Representations and Certifications', 52.212-3 'Offeror Representations and Certifications - Commercial Items', or 52.219-1 'Small Business Program Representations'. The list of active NAICS codes for use in FPDS reporting is available on the FPDS website under the 'Worksite' section under 'Reference'.

(C)  For the place of manufacture data field, only choose Manufactured Outside the United States - Qualifying Country if the country of product or service origin is Australia, Austria, Belgium, Canada, Czech Republic, Denmark, Egypt, France, Finland, Germany, Greece, Israel, Italy, Luxembourg, Netherlands, Norway, Portugal, Spain, Sweden, Switzerland, Turkey, or the United Kingdom.  These are the only current qualifying countries.

(D)  For the description of requirement data field, enter a short description of what is being procured by the action.  This should be entered in plain English with no acronyms or military jargon such that the public can understand what is being acquired by the Department.  When reporting modifications, do not use this field to explain what type of procurement process is accomplished (e.g., exercise option year, incremental funding); continue to address what is being procured.

(E)  For the recovered materials/sustainability data field, choose the value from the list below that reflects the requirements of sustainability incorporated into the contract or order. If there is a combination of the attributes on the contract that does not exist in the list below, choose the one from the list that most closely reflects the situation on the contract.

(1)  FAR 52.223-4 included - Use when the contract includes the requirement for recovered materials in accordance with FAR subpart 23.4 and provision 52.223-4 was included in the solicitation.

(2)   FAR 52.223-4 and 52.223-9 included - Use when the contract includes the requirement for recovered materials in accordance with FAR subpart 23.4, provision 52.223-4 was included in the solicitation, and clause 52.223-9 is included in the contract.

(3)  No clauses included and no sustainability included - Use when the contract includes neither requirements nor provisions/clauses for recovered materials or energy efficient, biobased, or environmentally preferable products or services.

(4)  Energy efficient- Use when the contract includes the requirement for energy efficient products or services in accordance with FAR subpart 23.2.

(5)  Biobased - Use when the contract includes the requirement for biobased products or services in accordance with FAR subpart 23.4.

(6)  Environmentally preferable - Use when the contract includes the requirement for environmentally preferable products or services in accordance with FAR subpart 23.7.

(7)  FAR 52.223-4 and energy efficient - Use when the contract includes the requirement for-

(i)  Recovered materials in accordance with FAR subpart 23.4 and provision 52.223-4 was included in the solicitation; and

(ii)  Energy efficient products or services in accordance with FAR subpart 23.2.

(8)  FAR 52.223-4 and biobased - Use when the contract includes the requirement for-

(i)  Recovered materials in accordance with FAR subpart 23.4 and provision 52.223-4 was included in the solicitation; and

(ii)  Biobased products or services in accordance with FAR subpart 23.4.

(9)  FAR 52.223-4 and environmentally preferable - Use when the contract includes the requirement for-

(i)  Recovered materials in accordance with FAR subpart 23.4 and provision 52.223-4 was included in the solicitation; and

(ii)  Environmentally preferable products or services in accordance with FAR subpart 23.7.

(10)  FAR 52.223-4, biobased and energy efficient - Use when the contract includes the requirement for-

(i)  Recovered materials in accordance with FAR subpart 23.4 and provision 52.223-4 was included in the solicitation;

(ii)  Energy efficient products or services in accordance with FAR subpart 23.2; and

(iii)  Biobased products or services in accordance with FAR subpart 23.4.

(11)  FAR 52.223-4, biobased and environmentally preferable - Use when the contract includes the requirement for-

(i)  Recovered materials in accordance with FAR subpart 23.4 and provision 52.223-4 was included in the solicitation;

(ii)  Biobased products or services in accordance with FAR subpart 23.4; and

(iii)  Environmentally preferable products or services in accordance with FAR subpart 23.7.

(12)  FAR 52.223-4, biobased, energy efficient and environmentally preferable - Use when the contract includes the requirement for-

(i)  Recovered materials in accordance with FAR subpart 23.4 and provision 52.223-4 was included in the solicitation;  

(ii)  Energy efficient products or services in accordance with FAR subpart 23.2;

(iii)  Biobased products or services in accordance with FAR subpart 23.4; and

(iv)  Environmentally preferable products or services in accordance with FAR subpart 23.7.

(xiii)  FPDS Entry - Competition Information Section.

(A)  Indefinite-delivery vehicle (IDV) selection.

(1)  BPA - use the BPA screen when awarding either a FAR part 8 or a FAR part 13 BPA.  If the BPA is a FAR part 8 BPA, enter the Federal Supply Schedule number in the "Referenced IDV" field.  NOTE:  Orders placed under BPAs will use the BPA call screen.

(2)  BOA - use the BOA screen when issuing a BOA.  NOTE:  Orders placed under BOAs will use the task and delivery order screen.

(3)  Indefinite-Delivery Contracts (IDC) - Use the IDC screen when awarding a FAR part 16 task or delivery order contract.  NOTE:  Orders placed under IDCs will use the task and delivery order screen.

(B)  Multiple or single award indefinite-delivery vehicles.

(1)  Multiple Award - Select Multiple Award when the contract action is-

(i)  One of several indefinite-delivery indefinite-quantity (IDIQ) contracts awarded under a single solicitation in accordance with FAR 16.504(c);

(ii)  One of several blanket purchase agreements BPAs awarded against a Federal Supply Schedule in accordance with FAR 8.405-3;

(iii)  Any other IDIQ contract that an agency enters into with two or more sources under the same solicitation that requires contracting officers to compare or compete their requirements among several vendors; or

(iv)  A part 13 BPA or Blanket Ordering Agreement (BOA) with multiple awards.

NOTE:  The requirement to report on fair opportunity is not triggered by the selection of multiple awards for part 13 BPAs or BOAs.

(2)  Single Award - Select Single Award when the contract does not satisfy the above criteria for a multiple award.

(C)  Solicitation procedures. Select the appropriate entry from the following list:

(1)  Simplified Acquisition - Report this code for competitive and noncompetitive contract actions that used simplified acquisition procedures in accordance with FAR part 13, to include acquisitions using the Commercial Items Test Program. However, if the action is noncompetitive and the reason for other than full and open competition is other than "Authorized by Statute", "Authorized Resale", or "SAP Noncompetition", then enter "Only One Source Solicited" as the solicitation procedure. (Note that most times when in conflict, the reason for other than full and open competition takes precedence over the type of solicitation procedure used.)

(2)  Only One Source Solicited - Use this code if no solicitation procedure was used or only one source is solicited for the action.

(3)  Negotiated Proposal/Quote - Use this code for competitive contract actions that use negotiated procedures (FAR parts 12, 13, or 15).

(4)  Sealed Bid - Use this code for contract actions using sealed bid procedures (FAR part 14).

(5)  Two Step - Use this code for contract actions that use a combination of sealed bids and negotiated procedures (FAR 6.102).

(6)  Architect-Engineer FAR 6.102 - Use this code if the action resulted from selection of sources for architect-engineer contracts pursuant to FAR 6.102(d)(1).

(7)  Basic Research - Use this code if the action resulted from a competitive selection of basic research proposals pursuant to FAR 6.102(d)(2).

(8)  Alternative Sources - Use this code if the action resulted from use of procedures that provided for full and open competition after exclusion of sources to establish or maintain alternative sources pursuant to FAR 6.202.

(9)  Subject to Multiple Award Fair Opportunity -FPDS will automatically populate this entry for orders placed against multiple award contracts (to include Federal Supply Schedules) and FAR part 8 BPAs (and orders issued under such BPAs that are subject to fair opportunity pursuant to DFARS 208.405-70 or FAR 16.505/DFARS 216.505-70.

(D)  Extent Competed. Select the appropriate entry from the following list. The extent competed for any modification or order against a task or delivery order contract pulls from the basic contract.

(1)  Competed under SAP - Report this for competitive contract actions that were awarded using FAR part 13 Simplified Acquisition Procedures (i.e., solicitation procedures were "Simplified Acquisition"), to include for the Commercial Item Test Program.

(2)  Full and Open Competition (F&OC) - Report this if the contract action resulted from an award pursuant to FAR 6.102(a), Sealed bids; FAR 6.102(b), Competitive proposals; FAR 6.102(c), Combination; or any other competitive method that did not exclude sources of any type.

(3)  F&OC after Exclusion of Sources - Report this when sources are excluded before competition. (Note: This terminology is broader than FAR subpart 6.2, which includes set-aside actions and actions to establish or maintain alternate sources, in that it also includes actions justified by a justification and approval that provided for competition).

(4)  Not Available for Competition - Report this if the contract action is not available for competition (i.e., contract actions where the solicitation procedure was "Only One Source" and the reason not competed is "Authorized by Statute," "International Agreement," "Utilities," or "Authorized Resale.") Note that sole source set-asides for 8a firms, HUBZone firms, and service-related disabled veteran-owned concerns should always be identified as "Authorized by Statute" as the reason for other than full and open competition.

(5)  Not Competed under SAP - Report this for non-competitive contract actions that were awarded using FAR part 13 Simplified Acquisition Procedures (i.e., solicitation procedures were "Simplified Acquisition").

(6)  Not Competed - Report this when the contract action is not competed and the solicitation procedures are "Only One Source."

(E)  Fair Opportunity/Limited Sources. This field is the basis for determining whether competition is provided for on orders placed against multiple-award contracts (to include DoD contracts, Governmentwide Acquisition Contracts, Federal Supply Schedules, and BPAs issued under the Federal Supply Schedules). If a Federal Supply Schedule contract or a Governmentwide multiple-award contract is not coded as a multiple-award vehicle, thereby preventing completion of this field, the FPDS user should advise the agency FPDS so that the contracting office for the multiple-award contract can be notified and pursue correction.

(1)  Urgency - Report this if the action was justified pursuant to FAR 8.405-6(b)(3) or FAR 16.505(b)(2)(i)(A).

(2)  Only One Source - Other - Report if the action was justified pursuant to FAR 8.405-6(b)(1) or FAR 16.505(b)(2)(i)(B).

(3)  Follow-On Delivery Order Following Competitive Initial Order - Report this if the action was justified pursuant to FAR 8.405-6(b)(2) or FAR 16.505(b)(2)(i)(C).

(4)  Minimum Guarantee - Report this if it was necessary to place an order to satisfy a minimum amount guaranteed to the contractor.  See FAR 16.505(b)(2)(i)(D).

(5)  Other Statutory Authority - Report this if a statute expressly authorizes or requires that the purchase by made from a specified source.  See DFARS 208.405-70(b)(1) or DFARS 216.505-70(b)(1).

(6)  No Exception - Fair Opportunity Given -Report this if fair opportunity was given pursuant to DFARS 208.405-70 or FAR 16.505(b)(1)(i)/DFARS 216.505-70.

(xiv)  FPDS Entry - Preference Programs / Other Data Section.

(A)  When entering a new contract, purchase order, or agreement award in FPDS, contracting officers shall ensure they appropriately choose 'Small Business' or 'Other than Small Business' in the Contracting Officer's Determination of Business Size data field according to the NAICS code applied to the award, its associated size standard, and the contractor's response to provision 52.212-3 or 52.219-1.  The contracting officer shall enter 'Other than Small Business' for awards where the contractor has not certified to its status in one of these provisions.

(B)  If the Contracting Officer's Determination of Business Size data field is completed with 'Small Business', the contractor's other socio-economic information that it has entered or the Small Business Administration (SBA) has provided to the Central Contractor Registration (CCR) database will be included in the contract action report.  This includes designations such as SBA-Certified 8(a), Women-owned Small Business, Service Disabled Veteran Owned.

(C)  Contracting officers will not be allowed to identify types of set-asides in FPDS unless the Contracting Officer's Determination of Business Size is completed with 'Small Business' and other required socio-economic designations are present in the contractor's CCR record (e.g., contractor must have the SBA-Certified 8(a) designation in order to identify an 8(a) type set-aside in FPDS).

(D)  All subsequent modifications and delivery orders under the initial award will be automatically populated with the same designations.

(4)  Reporting modifications to FPDS.

(i)  Modifications against previously reported contracts, agreements, and orders are required to be reported to FPDS if they include any obligation or deobligation amount.  They are also required to be reported to FPDS if there is no obligation or deobligation amount and involve a change to the data reported in any data field in the contract action report (e.g., vendor name, completion date, place of performance).

(ii)  Contracting officers should choose the Reason for Modification value that best represents the purpose of the modification action.  A modification issued after physical completion of the contract, including those modifications to simply deobligate remaining unused funds, should be identified as 'Close Out' on the contract action report unless another value (such as 'Vendor Address Change') is more applicable.  The values 'Funding Only Action' and 'Other Administration Action' should be used only when another value does not apply.

(iii)  DoD offices shall not use the 'Transfer Action' value in the Reason for Modification field unless transferring the contract to a non-DoD contracting office (e.g., Department of Interior).

(iv)  Modifications for novations (see FAR subpart 42.12 and DFARS subpart 242.12) shall use 'Novation Agreement' in the Reason for Modification field.

(A)  When this value is used, the contracting officer must enter the appropriate DUNS number for the contractor in the modification contract action report.  FPDS will then bring over the current vendor name and address from the contractor's CCR record for that DUNS number into the modification contract action report.  Subsequent contract action reports will show the updated DUNS number and vendor name.

(B)  When this value is used, FPDS also allows the contracting officer to update the Contracting Officer's Determination of Business Size data field.  The contracting officer shall ensure that the contractor's current size status is appropriately recorded on the modification contract action report.  Subsequent contract action reports will reflect the size entered on this modification contract action report (see FAR subparts 19.301-2 and 19.301-3).

(v)  Modifications for contractor name changes that do not require a novation (see FAR subpart 42.12 and DFARS subpart 242.12) shall use 'Vendor DUNS Change' in the Reason for Modification field.  When this value is used, the contracting officer must enter the appropriate DUNS number for the contractor in the modification contract action report. FPDS will then bring over the current vendor name and address from the contractor's CCR record for that DUNS number into the modification contract action report.  Subsequent contract action reports will show the updated DUNS number and vendor name.

(vi)  Modifications for contractor address changes that do not require a novation shall use 'Vendor Address Change' in the Reason for Modification field.  When this value is used, FPDS will bring over the current address from the contractor's CCR record into the modification contract action report.  Subsequent contract action reports will show the updated address.

(vii)  Modifications for re-representation actions (see FAR subparts 19.301-2 and 19.301-3) shall use either 'Re-representation' or 'Re-representation of Non-Novated Merger/Acquisition', as appropriate, in the Reason for Modification field.  When this value is used, FPDS allows the contracting officer to update the Contracting Officer's Determination of Business Size data field.  The contracting officer shall ensure that the contractor's current size status is appropriately recorded on the modification contract action report.  Subsequent contract action reports will reflect the size entered on this modification contract action report.

(5)  Reporting delivery orders where the Governmentwide purchase card is both the method of purchase and payment.

(i)  Open-market purchases (not under a federal schedule, agreement, or contract) made with the Governmentwide purchase card are not required to be reported to FPDS when the value is less than the micropurchase threshold.

(ii)  Purchases made using the Governmentwide purchase card as the method of both purchase and payment under federal schedules, agreements, or contracts are required to be reported to FPDS regardless of value.  Contracting offices shall ensure all such purchases made by their authorized cardholders are reported to FPDS no less frequently than monthly.  Any individual purchase valued greater than $25,000 must be reported individually to FPDS.  For individual purchases valued less than $25,000, there are three acceptable methods for reporting to FPDS.  They are, in preferred order of use-

(A)  Report each order individually to FPDS;

(B)  Report a consolidated express report to FPDS using the delivery order or BPA call format that references the individual contract or BPA, respectively; or

(C)  Report a consolidated express report to FPDS using the purchase order format that uses the generic DUNS 136721250 for 'GPC Consolidated Reporting' or 136721292 for 'GPC Foreign Contractor Consolidated Reporting', as appropriate, as the identifier.