FAR & Beyond: The Costs of Contract Duplication
As the federal acquisition community implements the Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) and consolidates procurement operations, the challenge of contract duplication remains. Unnecessary contract duplication increases bid and proposal, contract administration, and management costs for government and industry. Contract duplication is a stealth tax on the procurement system, impacting customer agencies and contractors alike. It reduces efficiency, leads to higher prices, and reduces access to the federal market. Contract duplication creates barriers to entry for all firms, whether they are new entrants, current contractors, small businesses or large businesses.
The Army’s Marketplace for Acquisition of Professional Services (MAPS) procurement is a case study on contract duplication. As outlined in our February 21st blog, MAPS duplicates a host of governmentwide contracting vehicles, including, but not limited to, the Federal Supply Schedule (FSS) program, Polaris, OASIS+ and Alliant. NASA will soon award its SEWP VI contract vehicle, which also includes professional services. The MAPS procurement, which has been in the planning stages for almost two years, remains months, if not years, away from announcement of contract awards. Of course, the announcement of MAPS contract awards does not mean the end of the process or an elimination of further costs. The bid protest period must close, and any protests, if filed, must first be resolved, which could include revised offers and/or reevaluation. Only when all the protests have been resolved and the contract awards finalized will the “real” competition to perform specific Army requirements begin.
Time is money. For large firms, MAPS is costing each of them hundreds of thousands of dollars in bid and proposal costs. Cumulatively, the MAPS procurement is costing small and large businesses millions of dollars in bid and proposal costs. Significantly, these costs do not include subsequent costs associated with the contract administration functions and resulting infrastructure necessary to manage the task order process. For small businesses in particular, these costs can be even more impactful given more limited resources. From the government’s perspective, developing, competing, and administering new contract vehicles requires time and resources that could be directed towards meeting mission requirements through existing contracts. It is a question of productivity and efficiency.
Right now, the Army can immediately utilize the FSS, Polaris, Alliant, and OASIS+, among others, to meet current, existing needs covered by MAPS. Such an approach would save time and money, while availing the Army of a robust, competitive contractor base of both small and large business firms. This approach is consistent with the President’s Executive Order (EO) 14240, Eliminating Waste and Saving Taxpayer Dollars by Consolidating Procurement, which emphasizes reducing overlap and streamlining acquisition. The Administration is quite right to focus on leveraging procurement capabilities and taking advantage of shared services to reduce costs, improve efficiency, and deliver more timely best value solutions, services, and products for the American people.
Consistent with these priorities, The Coalition for Common Sense in Government Procurement (Coalition) continues to emphasize that leveraging existing contract vehicles, where appropriate, reduces administrative burden, streamlines acquisition timelines, and enhances competition. To support this effort, we will be launching a new Contract Duplication Survey, in conjunction with the Coalition’s May 13th and 14th Spring Training Conference, The Revolutionary Federal Market Continued! The survey is designed to gather current data from members on the costs and impacts associated with participating in multiple, overlapping contract vehicles. This includes insights into bid and proposal investments, contract management costs, and resource implications.
We encourage members to participate and share their perspectives. The results of the survey will be summarized and shared with stakeholders across the procurement community. The goal is to enhance discussions and decision making towards our common goal of reducing unnecessary duplication, improving efficiency, and ensuring the federal acquisition system delivers best value for customer agencies and the American people.
Less than Two Weeks Away! Register for the Spring Training Conference
The Spring Training Conference is less than two weeks away! Join us May 13–14 in Falls Church, VA for the Coalition’s Spring Training Conference: The Revolutionary Federal Market Continued.
Hear directly from acquisition leaders across government and industry as we explore:
- The New GSA for the Revolutionary Federal Market
- The Evolving Federal Healthcare Market
- Key policy, program, and compliance developments
Day One: The New GSA for the Revolutionary Federal Market
The Governmentwide Day on May 13 will focus on how the General Services Administration (GSA) is positioning itself to support the federal mission. Sessions will explore how GSA is adapting its approach to acquisition, enhancing coordination across government, and strengthening its role as a central partner in delivering mission outcomes.
View the Governmentwide Day Agenda here.
Day Two: The Evolving Federal Healthcare Market
The theme for the Healthcare Day on May 14 is the Evolving Federal Healthcare Market. The conference will bring together leaders from across government to discuss acquisition priorities, supply chain challenges, and key program developments. Sessions will highlight how agencies are adapting to meet mission needs, strengthening healthcare delivery, and partnering with industry to support critical requirements.
View the Healthcare Day Agenda here.
Register Today
Register today to secure your spot and stay ahead of the federal market! To register for the Spring Training Conference, click here. For assistance with registration, please contact Mady Whiting at mady.whiting@thecgp.org.
Thank You Sponsors!

Help Spread the Word About Spring Conference!
As we count down to the 2026 Spring Training Conference, we are excited to launch our official Social Media Kit to help you spread the word! All attendees can now download customizable graphics and sample posts to share your involvement in this important event.
Let your network know you will be joining the conversation on what’s next for the federal market by using the hashtag #CGPSpring2026.
Download the Social Media Kit here.
Sign up for Med/Surg Supply BPA One-on-One Meetings
The Spring Training Conference will once again offer one-on-one meetings with VA Med/Surg Supply BPA representatives on Wednesday, May 13, in the Vienna/Falls Church Room (located downstairs from the main ballroom).
To view the sign-up schedule, click here. Please note that this schedule is for reference only and cannot be used to reserve a time slot.
Attendees should contact the individuals listed below directly to schedule a meeting.
Med/Surg Supply BPA One-on-One Meetings – May 13
- Sarah Scott – sarah.scott1@va.gov
- Melanie Stockman – melanie.stockman@va.gov
- Pete Lyke – edward.lyke@va.gov
- Takia Dunn – takia.dunn@va.gov
- Felicia Demita – felicia.demita@va.gov
Please note: Jeremy Parker will be onsite and plans to be available at the table when possible but will not be scheduling one-on-one meetings.
If you have any questions, please contact Joseph Snyderwine at jsnyderwine@thecgp.org.
Share Your Questions for Spring Conference Panelists
The Coalition invites members to submit questions for our government panelists in advance of the Spring Training Conference.
With senior representatives from agencies including the General Services Administration (GSA) and Department of Veterans Affairs (VA), and other federal organizations participating, this is an opportunity to help shape the conversation and ensure key topics are addressed. To view the conference sessions, please see the agendas below.
View the Governmentwide Day Agenda here.
View the Healthcare Day Agenda here.
To submit a question, please contact Michael Hanafin at mhanafin@thecgp.org.
House Passes Bill to Fund DHS, End Record Shutdown
Federal News Network reports that the House of Representatives has passed a bipartisan bill to fund most of the Department of Homeland Security (DHS), bringing an end to the agency’s 76-day shutdown, the longest in its history.
The measure, which excludes funding for immigration enforcement operations such as U.S. Immigration and Customs Enforcement (ICE) and Border Patrol, has already passed the Senate and is expected to be signed into law by the President.
The legislation restores funding for the majority of DHS operations, including the Transportation Security Administration, Coast Guard, and Federal Emergency Management Agency, following weeks of disruptions and uncertainty for federal employees.
Separately, congressional Republicans are pursuing a budget reconciliation bill that would provide approximately $70 billion in funding for ICE and Border Patrol through the remainder of the Administration. Lawmakers are aiming to advance that legislation in the coming weeks.
FAR Council Issues Guidance to Implement Executive Order on DEI Discrimination
The Federal Acquisition Regulation (FAR) Council has issued guidance to federal agencies to support implementation of Executive Order (E.O.) 14398, Addressing DEI Discrimination by Federal Contractors, signed March 26, 2026. The E.O. establishes that agencies should not do business with contractors that engage in racially discriminatory diversity, equity, and inclusion (DEI) activities.
The guidance assists agencies in applying the requirements of the E.O. within the FAR framework.
According to the guidance, agencies are directed to take specific steps to implement the E.O. through updates to acquisition policies and contract requirements. These include:
- “Update their Revolutionary Federal Acquisition Regulation Overhaul class deviations for parts 9, 12, 22, and 52 by April 27, 2026;”
- “Use the new clause at FAR 52.222-90…beginning April 24, 2026;”
- “Modify existing contracts, as described in the applicability section, by July 24, 2026.”
The guidance applies broadly to both new and existing contracts above the micro-purchase threshold, including those for commercial products and services performed in the U.S. For new solicitations, agencies are directed to include the new clause and amend any open solicitations accordingly.
For existing contracts, contracting officers are instructed to make every effort to bilaterally modify contracts to incorporate the clause by July 24, 2026. If a contractor declines, agencies are advised to assess whether the contract continues to meet agency needs, including potential termination for convenience.
The clause is also required to flow down to subcontracts at any tier for covered work performed in the U.S.
The memo further outlines expectations for agency implementation, including submission of updated class deviations for public posting and reporting to the Administration on implementation progress within 120 days of the E.O.’s issuance. Agencies must also conduct annual reviews of compliance and implement corrective actions as needed.
Additionally, the FAR Council noted that rulemaking is expected through the standard notice-and-comment process, and agencies are encouraged to maintain their deviations until formal FAR changes are implemented.
The Coalition recently Co-hosted a webinar with Sheppard that focused on the DEI Executive Order. For slides and/or a recording, please reach out to Michael Hanafin at mhanafin@thecgp.org.
Lawsuit Filed Challenging Executive Order on DEI in Federal Contracting
Washington Technology reports that a coalition, including the National Association of Minority Contractors (NAMC) and several higher education organizations, has filed a lawsuit challenging a recent Executive Order targeting diversity, equity, and inclusion (DEI) programs among federal contractors.
The order prohibits federal contractors and subcontractors from engaging in “racially discriminatory DEI activities.” Noncompliance could result in contract termination or suspension, exclusion from future federal contracting opportunities, and potential enforcement action by the Department of Justice.
According to the filing, the coalition argues that the order is unconstitutional and raises concerns about its potential impact on contractor activities and participation in federal programs.
GSA Reports $1.1 Billion in Savings from OneGov Initiative
The General Services Administration (GSA) announced that its OneGov initiative saved taxpayers $1.1 billion in its first year by consolidating federal IT purchasing. Launched to streamline fragmented buying across agencies, OneGov established 20 governmentwide agreements with major technology providers, allowing for more standardized pricing and terms. The initiative secured software discounts of up to 90 percent and helped accelerate adoption of emerging technologies, including artificial intelligence, across federal agencies.
In addition to cost savings, GSA noted that OneGov has strengthened cybersecurity through standardized contract terms and reduced administrative burden by centralizing procurement efforts. Looking ahead, GSA plans to expand the initiative by extending agreements, increasing access to services, and supporting more scalable AI infrastructure across the federal government.
“GSA’s OneGov deals are the driving force behind President Donald Trump’s Executive Order to consolidate procurement and the White House AI Action Plan,” said GSA Administrator Edward C. Forst. “Saving $1.1 billion in just one year shows the power of buying at scale—empowering federal agencies faster while aggressively safeguarding taxpayer dollars.”
“Our contracting professionals freed other agencies to focus on their missions,” said Acting Federal Acquisition Service Commissioner Laura Stanton. “We saved taxpayer money, boosted AI adoption, protected IT infrastructure, and advanced modernization.”
CMMC to Move to Rev. 3 CUI Standard
Federal News Network reports that the Cybersecurity Maturity Model Certification (CMMC) program is expected to shift to updated National Institute of Standards and Technology (NIST) guidance.
CMMC, which began phased implementation in November 2025, requires contractors to safeguard Federal Contract Information (FCI) and Controlled Unclassified Information (CUI) using security controls outlined in NIST publications, including SP 800-171 Revision 2 (Rev. 2) for Level 2 certification. While the Department of War based initial requirements on Rev. 2, it has indicated that future rulemaking will align with the latest version of these standards, including SP 800-171 Revision 3 (Rev. 3).
Rev. 3 introduces updated requirements and structure, with additional focus on areas such as supply chain security, incident response, and advanced threats. Although a formal transition timeline has not yet been finalized, reporting suggests a shift could occur within the next 12 to 18 months. In the meantime, contractors should continue preparing for current assessments under Rev. 2 while beginning to plan for a transition to Rev. 3 to stay ahead of future requirements.
FAR Rules for RFO Still Awaiting OMB Approval
Washington Technology reports that the 12 final Federal Acquisition Regulation (FAR) rules intended to formalize the Revolutionary FAR Overhaul (RFO) remain under review at the Office of Management and Budget (OMB). Four of the rules are reportedly close to publication but still require approval from OMB’s Office of Information and Regulatory Affairs. The rules would finalize changes introduced through RFO deviations issued between May and September 2025.
OMB and GSA are reviewing feedback on those deviations and may incorporate updates before issuing final rules. While an initial release was expected earlier this year, reporting now suggests publication could occur in the second quarter of 2026.
A recent Executive Order, “Ensuring Truthful Advertising of Products Claiming to Be Made In America,” may further affect timing. The order directs agencies to review and verify “Made in America” claims under governmentwide contracts, which could prompt updates to FAR provisions, particularly those related to Buy American requirements.
Until OMB completes its review and approves the rules, additional changes to the RFO framework remain possible.
VA Plans Single-Award Contract for Supply Chain Modernization
The Department of Veterans Affairs (VA) is planning a new single-award contract to modernize and integrate its supply chain management systems. In a recent request for information (RFI), the VA outlined plans to centralize 63 legacy systems across 174 sites.
According to the RFI, the VA’s current supply chain environment is characterized by “fragmented operations, limited enterprise visibility, and inefficiencies,” and requires standardization and modernization to transition to an integrated, enterprise-wide system.
The VA is considering a five-year contract, likely structured as a hybrid fixed-price award with time-and-materials optional tasks.
The selected contractor would support VA’s Healthcare Environment and Logistics Management (HELM) product line, an active software development program with 34 products in operation, covering areas such as supply chain, logistics, inventory, assets, and environmental compliance.
The future system is also expected to integrate with other enterprise programs, including the VA’s electronic health record and financial management systems.
Responses to the RFI are due on May 8.
Gary Shatswell Nominated as VA CIO
Meritalk reports that the President has nominated Gary Shatswell to serve as Assistant Secretary for Information and Technology and Chief Information Officer (CIO) at the VA. The role is currently being filled in an acting capacity by Paul Lawrence.
Shatswell joined the VA in December 2025 as a senior advisor to the Secretary and brings more than 30 years of experience as a CIO and technology executive. If confirmed, he will oversee the VA’s Office of Information and Technology and advise department leadership on IT strategy, security, and operations.
Legal Corner: FAR Council Advances Trump Administration’s Anti-DEI Goals with Issuance of Model FAR Deviation
The Legal Corner provides the procurement community with an opportunity to share insights and comments on Legal issues of the day. The comments herein do not necessarily reflect the views of The Coalition for Common Sense in Government Procurement.
Authored by Alejandra Montenegro Almonte; Connor W. Farrell; Scott N. Flesch; Elissa B. Harwood; Nate Lankford; Katherine E. Pappas; Ashley Powers; Alejandro (Alex) L. Sarria; Jason N. Workmaster; Miller & Chevalier
The Federal Acquisition Regulatory Council (FAR Council) published a memorandum on April 17, 2026, directing agency procurement officials to implement Revolutionary FAR Overhaul (RFO) class deviations and take immediate steps to carry out the administration’s latest executive order targeting diversity, equity, and inclusion (DEI) in federal contracting. Executive Order (E.O.) 14398, “Addressing DEI Discrimination by Federal Contractors,” issued on March 26, 2026, left little discretion to the FAR Council, providing the text of the required definitions and contract clause and an aggressive implementation timeline. Contractors should expect the new clause to appear in new solicitations and modifications to existing contracts and open solicitations immediately.
Far from a routine regulatory update, the new mandatory FAR clause elevates compliance with the new FAR clause prohibiting “racially discriminatory DEI,” making it an express condition of eligibility to do business with the federal government. The E.O. and implementing guidance make explicit the severe penalties for non-compliance, including contract termination, suspension, debarment, and False Claims Act (FCA) exposure, but do little to clarify the boundaries of the conduct that constitutes a violation. Notably, both the E.O. and the implementing RFO deviations apply only to discrimination based on race and ethnicity. Gender and sexual orientation, protected characteristics addressed by prior “illegal DEI” orders, are absent.
Immediate Impact of the FAR Council’s Memorandum
The changes implemented by the new guidance apply to nearly all federal contracts and “contract-like instruments,” including contracts for commercial products and commercial services, as well as subcontracts at all tiers. The only contracts not subject to the new requirements are those below the micro-purchase threshold and contracts performed and delivered entirely outside the U.S. The following deadlines apply to all other contracts and solicitations:
- April 24, 2026: Agencies must begin incorporating the new clause, FAR 52.222-90, Addressing DEI Discrimination by Federal Contractors (APR 2026) (DEVIATION APR 2026), into all new solicitations and resulting contracts.
- April 27, 2026: Agencies must revise their class deviations for FAR Parts 9, 12, 22, and 52 to conform to the FAR Council’s model deviations.
- July 27, 2026: Agencies must modify all existing contracts that extend beyond December 31, 2026, to include FAR 52.222-90. Contracting officers (COs) may use discretion to decide which contracts ending before that date should be modified. Although the guidance refers to “bilateral” modifications, contractors and subcontractors that refuse to accept the clause could face termination for convenience.
Requirements of the New Clause (FAR 52.222-90)
The new clause, taken directly from the E.O., imposes a series of compliance and reporting obligations on prime and subcontractors. Contractors must:
- Certify that they do not engage in any “racially discriminatory DEI activities.”
- Acknowledge that violations may result in suspension and debarment, in addition to contract termination.
- Provide access to all records, documents, and information necessary “for purposes of ascertaining compliance.”
- Flow down the clause to subcontractors of all tiers, including those providing commercial products and services.
- Report any “known or reasonably knowable” violations by subcontractors and comply with agency-directed remedial actions.
- Notify the CO if a subcontractor initiates litigation challenging the validity of the clause.
- Acknowledge that certification of compliance is material to the government’s payment decisions, increasing potential exposure under the FCA.
Expansion and Implementation of the Administration’s Anti-DEI Agenda
The latest guidance from the FAR Council is a significant step forward in implementing the administration’s expressed policy position of removing DEI from federal contracting. The underlying March 2026 E.O., which we explained in more detail here, was itself an escalation of the administration’s efforts to eliminate affirmative action, equity-related preferences, and diversity and inclusion initiatives from government contracting. Those efforts began on the first day of President Trump’s second term with earlier orders, including E.O. 14151, “Ending Radical and Wasteful Government DEI Programs and Preferencing,” and E.O. 14173, “Ending Illegal Discrimination and Restoring Merit-Based Opportunity,” which targeted “unlawful DEI.” While E.O. 14398 limits its scope to DEI programs based on race and ethnicity, it expands the conduct potentially covered and the severity of the consequences for violations.
The order characterized DEI activities as “unethical and often illegal,” raising the possibility that it prohibits actions the administration views as discriminatory even if they are not illegal. The E.O.’s definitions, now incorporated into agency RFO deviations, are broad. They encompass not only hiring and promotion decisions, but also the “allocation or deployment of an entity’s resources.” The order also increases risk by tying compliance failures to present responsibility determinations, raising the prospect of enterprise-wide eligibility consequences rather than merely contract-specific penalties.
FAR Council Guidance and Required Class Deviations
To implement the E.O., the FAR Council issued model class deviations that agencies must adopt without variance unless they seek approval from the Council. The additions are in tension with the RFO’s stated goal of eliminating most non-statutory clauses and streamlining compliance obligations, particularly for contracts involving commercial products and services.
By April 27, 2026, agencies must revise their RFO deviations to include the following:
- Part 9 (Contractor Qualifications)
- FAR 9.406-2(b)(1)(viii) adds failure to comply with FAR 52.222-90 as a basis for debarment.
- FAR 9.407-2(a)(11) adds the same failure as a basis for suspension.
- Part 12 (Acquisition of Commercial Products and Commercial Services)
- FAR 12.205(a)(3) is revised to require inclusion of FAR 52.222-90 in contracts for commercial products and commercial services.
- Part 22 (Application of Labor Laws to Government Acquisitions)
- Adds new Subpart 22.22, defining “program participation” and “racially discriminatory DEI activities,” and mandating inclusion of FAR 52.222-90 in applicable solicitations and contracts.
- Part 52 (Solicitation Provisions and Contract Clauses)
- Adds FAR 52.222-90 as drafted by E.O. 14398.
- Revises FAR 52.244-6 to include 52.222-90 as a required flowdown in subcontracts for commercial products and commercial services.
Reporting Burden and Audit Risk
The FAR Council sought emergency approval from the Office of Management and Budget (OMB) under the Paperwork Reduction Act for the additional reporting burden imposed by FAR 52.222-90. In its submission, the Council estimated 6,825 audits would occur this year. It projected that contractors will require an average of 70 minutes to respond to an initial records request, while government personnel will spend 16 hours reviewing submissions.
The modest time estimate for contractors, despite the clause’s requirement to provide access to “all information and reports, including books, records, and accounts,” suggests that contractors may receive limited time to respond to audit requests. While OMB approval is still pending information collection to support audits, the FAR Council’s memorandum authorizes agencies to begin requesting records immediately in connection with investigations.
FCA Exposure
Contractors have been on notice of the government’s interest in using the FCA as an enforcement tool against DEI. The Department of Justice (DOJ) announced the Civil Rights Fraud Initiative in May 2025, a task force dedicated to using the FCA to pursue recipients of federal funds who knowingly violate civil rights law. The new FAR clause’s language requiring contractors to acknowledge that compliance is material to the government’s payment decisions is designed to smooth one hurdle to FCA claims, but contractually designating DEI compliance as material won’t be dispositive in court. Even if it carries weight, FCA liability still requires scienter. Given the lack of clear guidance on what constitutes “racially discriminatory DEI activities,” proving that a contractor knowingly submitted a false certification may present challenges for the government.
Litigation Challenging E.O. 14398
On April 20, 2026, a coalition of higher education and government contractor associations filed suit in Maryland district court seeking to enjoin enforcement of E.O. 14398. National Association of Diversity Officers in Higher Education, et al. v. Trump, No. 8:26-cv-01532 (D. Md.). The plaintiffs contend that the E.O. imposes an unlawful “diversity ban” on contractors based on the incorrect assertion that DEI is inherently discriminatory. The lawsuit challenges the policy on the grounds that it chills protected speech, constitutes a content-based violation of the First Amendment, and exceeds the president’s authority under the Federal Property and Administrative Services Act (FPASA).
The litigation follows a February 2026 decision by the U.S. Court of Appeals for the Fourth Circuit vacating a preliminary injunction against E.O. 14173, in which the court held that requiring recipients of federal funds to certify compliance with antidiscrimination laws was not facially unconstitutional, while leaving open the possibility of as-applied challenges.
Open Issues for Contractors
Key unresolved issues include:
- How DEI initiatives related to protected classes other than race and ethnicity will be incorporated into contracting regulations and whether previous orders addressing “illegal DEI” still control when certifying compliance with all applicable laws.
- When and how similar obligations will be incorporated into grants, other transaction agreements, and other “contract-like instruments.”
- Whether FPASA authorizes the president to direct FAR class deviations and dictate mandatory clause text, and if it does, what impact notice and comment rulemaking can have on a clause set forth in an executive order.
- How ongoing litigation will affect enforcement.
- Whether courts will give weight to the clause’s express acknowledgment of FCA materiality.
- How federal requirements will interact with state and local contracting and employment obligations.
- Whether the implementation of E.O. 14398 will have a chilling effect on contractors seeking to enter the federal marketplace.
Conclusion
The FAR Council’s implementation of E.O. 14398 represents a fundamental shift in how DEI-related issues are regulated in federal contracting. Contractors should treat compliance with FAR 52.222-90 as a high-risk, enterprise-wide obligation requiring immediate, coordinated attention from legal, compliance, human resources, contracting, and executive leadership. Until clearer guidance emerges, whether through rulemaking or litigation, risk management and documentation will be critical.
VA Medical/Surgical Prime Vendor (MSPV) Make PPE in America Industry Day, May 12
The Department of Veterans Affairs (VA) is excited to announce the upcoming MSPV Make PPE in America Industry Day on May 12, 2026. This event is intended to bring together suppliers, manufacturers, and industry stakeholders involved in the production and distribution of Personal Protective Equipment (PPE) to support the VA’s Medical/Surgical Prime Vendor Program. Our goal is to foster collaboration, share valuable insights, and enhance the procurement and supply chain processes for PPE necessary to serve our veterans and healthcare providers effectively.
This event will be held in conjunction with the Coalition for Government Procurement (CGP) Spring Training Conference, which will take place on May 13–14, 2026, at the same venue. Attendees interested in participating in the CGP Spring Training Conference can find more details and register below.
* Personal protective equipment, as applied to this Industry Day announcement, means surgical masks, N95 masks, respirator non-surgical masks and powered air purifying respirators and required filters, face shields and protective eyewear, disposable and reusable surgical and isolation gowns, head and foot coverings, and other gear or clothing used to protect an individual from the transmission of disease. All items must be in compliance with the “Infrastructure Investment and Jobs Act” (IIJA) PL 117-58, and the “Make Personal Protective Equipment (PPE) in America Act”. Additionally, this Industry Day event will exclude gloves. Additionally, any information from industry awareness for specific PPE items that may have no compliant items available is welcome.
** Representatives will be available from the CGP to register for their Spring Training Conference during the Industry Day event.
VA’s MSPV Program is looking for:
- PPE Manufacturers and Suppliers
- PPE Medical/Surgical Product Distributors
- Industry Stakeholders
- Supply Chain Management Professionals
Why attend the Make PPE in America Industry Day?
- Understand the VA’s MSPV Program and its impact on PPE procurement.
- Learn about the VA’s current and future PPE requirements.
- Network with key VA officials and industry leaders.
- Gain insights into the VA’s procurement processes and opportunities.
- Showcase your innovative PPE products and solutions.
We look forward to your participation in this informative and engaging event as we work together to ensure the safety and well-being of our veterans and healthcare providers.
Event Details:
Date: Tuesday May 12, 2026
Time: Booth/Table 8:00am – 9:00am; MSPV/MSPO opening statements 9:15am – 9:30am Location: Fairview Marriott, Falls Church, Virginia
Event Fee: The Industry Day event on May 12 will be free of charge.
NO VIRTUAL ATTENDANCE – THIS IS AN INDIVIDUAL BOOTH PRESENTATION & TOUCH AND FEEL EVENT
MSPV Make PPE in America Industry Day Agenda:
- Welcome and Introduction
- VA’s MSPV PPE Procurement Needs and Processes
- Q&A Session
- Supplier Presentations and Innovations in PPE (individual times will be on a signup sheet in the future)
Registration Information Industry Day (no cost):
Please register for the MSPV Make PPE in America Industry Day event by 12:30pm Eastern on April 7, 2026 to Matthew McDonell Matthew.McDonell@va.gov and Sarah Scott Sarah.Scott1@va.gov with the following information in the body of the message:
- Company name and direct contact information
- Attendee Count
- SB Status (if any)
- SAM UEI and DUNS
- PPE Product
If you have any questions for the Coalition regarding the Industry Day, please contact Joseph Snyderwine at JSnyderwine@thecgp.org.
Please note that registration for the Spring Training Conference (May 13-14) and Industry Day (May 12) is separate. For more information on the Spring Training Conference and to register, click here.
Recording Available: Using JVs to Win Work with GSA and Beyond
The Coalition hosted a webinar on joint ventures featuring Meghan Leemon, Partner at PilieroMazza.
The session provided a practical discussion on how contractors can structure and use joint ventures (JVs) to expand federal contracting opportunities, including through the Multiple Award Schedule (MAS) program. As JVs continue to play a key role in pursuing federal work, the webinar highlighted important considerations to help contractors navigate potential risks and maximize effectiveness.
During the webinar, Meghan discussed best practices for forming and utilizing JVs, strategies for pursuing work through GSA Schedules, and recent developments in JV regulations and case law that may impact contractors.
The recording is now available on the Member Portal. For assistance accessing the webinar, please contact Mady Whiting at mady.whiting@thecgp.org.
The Coalition thanks Meghan for sharing her insights and expertise on joint ventures with our members.
GSA & VA Schedule Contracting Training for In-House Counsel, May 12
The Coalition is proud to once again host its “must attend” General Services Administration (GSA) and Veterans Affairs (VA) Schedule Contracting Training for In-House Counsel on May 12! This course is designed for lawyers and contract managers at member companies with significant contract management and compliance responsibilities with GSA and/or VA Schedule contracts.
Our presenters for the day will be Robert Burton, Partner, Crowell & Moring; Ken Dodds, Executive Vice President & General Counsel, The Coalition for Common Sense in Government Procurement; and Jason Workmaster, Member, Miller & Chevalier Chartered;
During the training, Robert, Ken, and Jason will cover the following topics and more:
- Pricing – Transactional Data Reporting (TDR)/Commercial Sales Practices (CSP);
- Domestic Preferences;
- Supply Chain;
- Enforcement/Mandatory Disclosure/Ethics;
- Sustainability Requirements/Policy; and
- Bid Protests Update.
Reasons to Attend:
After successfully completing this course, you will receive 6 CLE credits, while also gaining an understanding of:
- GSA/VA’s most favored customer pricing policy and major requirements of the government solicitation;
- Current audit/oversight procedures;
- Current GSA Schedule Price Negotiation Priorities; and
- How the GSA Schedule can impact your company’s bottom line.
Plus, you will be able to advise your in-house clients regarding topics such as:
- Disclosure of company records;
- Establishing management and compliance processes;
- Establishing ethics programs and mandatory disclosure;
- Avoiding penalties; and
- Identifying resources to assist with continuing legal support of your internal GSA/VA Schedule programs.
Who Should Attend:
This training course is excellent for:
- In-house counsel for current GSA/VA Schedule contractors and/or companies considering becoming a GSA/VA Schedule contractor;
- Government attorneys that advise clients with GSA/VA Schedule contracts;
- Contract Managers with MAS experience; and
- Compliance Personnel.
The training will be held at GDIT, Falls Church, VA, Time: 9:30 AM – 3:30 PM (ET). Virtual attendance is also offered for the course. We look forward to your participation!
To register, click here. For assistance with registration, please contact Mady Whiting at mady.whiting@thecgp.org.