Outcome Cases and FAR Minimization: A Controversial Proposal for Making Federal Acquisitions More Legible, Competitive, and Accountable

This post may be controversial. It uses one federal solicitation and statement of work as a case study to argue that the federal acquisition system can be made more legible and approachable without weakening accountability, and that increased legibility is itself a pro-competition reform. The critique that federal procurement has become unwieldy is not new, and it is heard from nearly every constituency that engages the system: program officials frustrated by administrative drag, contracting professionals burdened by documentation load, and vendors—especially small and mid-sized businesses—who find the structure of solicitations and contract administration difficult to interpret, expensive to comply with, and hard to forecast. The argument developed here is that one important remedy lies less in new policy pronouncements and more in disciplined translation: taking the Government’s narrative requirements and reorganizing them into a small set of measurable outcomes with defined evidence. This translation layer can be described as an “Outcome Case,” and it can be paired with a deliberate clause-minimization approach that retains legally required protections while eliminating redundant, misapplied, or globally imposed clause overlays that do not meaningfully increase performance assurance.

The example used is a CBP tactical infrastructure maintenance requirement in two Border Patrol sectors, which is representative of the broader federal pattern. The documents themselves are lengthy, dense, and operationally complex, as they must be. They combine scheduled and unscheduled work, they require disciplined documentation, and they involve response obligations that are time-critical when mission infrastructure is disrupted. Yet the striking feature of this SOW is that, embedded within its narrative language, it already contains what an outcome-based framework demands: a clear system of record for work planning and work execution, explicit time thresholds for urgent response, and enumerated deliverables that create administrative transparency over the life of performance. The SOW requires ILSS Maximo to be the primary storage location for planning and estimating, completed work information, and final costs, which is a highly consequential design choice because it anchors verification in a single operational dataset rather than in fragmented communications. It also contains a set of response obligations for urgent unscheduled maintenance—mobilization responsiveness, arrival and continuity of work, and timely notifications to the COR—that are inherently measurable in time and therefore verifiable when captured in a time-stamped channel. Finally, it includes recurring deliverables and readiness artifacts that can be treated as performance outcomes in their own right, because they represent the management and quality-control infrastructure through which the Government intends to govern the contract.

The Outcome Case approach begins by asking a simple question that is rarely treated as a first-class artifact in solicitations: what does “good performance” mean in a form that a neutral reviewer can verify? In traditional solicitation drafting, performance is described through a combination of tasks, standards, and procedural instructions; acceptance is then carried out through a mixture of inspection, surveillance, and discretionary judgment. That structure may be unavoidable in many procurements, but it tends to inflate disputes and administrative overhead when contract language relies on subjective evaluative terms or when required proof is not specified. In contrast, an Outcome Case distills the work into a small number of outcomes, each tied to acceptance tests and evidence packets. In this CBP example, the first and most obvious outcome is mission continuity for urgent failures: when border infrastructure is disrupted by breach, washout, outage, or another urgent condition, the contractor must respond quickly, mobilize and arrive within defined timeframes, and keep the COR informed with predictable communications. Importantly, these obligations are already in the SOW; the Outcome Case merely treats them as measurable outcomes rather than narrative requirements. Verification then follows naturally. The evidence is not speculative or subjective; it consists of timestamps, dispatch records, arrival corroboration, and completion evidence captured in the system of record. Where the evidence cannot be fully automated—such as the “continuous work” obligation in the absence of timecard or activity-log integration—the agent or reviewer flags the item for human validation rather than pretending that a machine can adjudicate a fact that is not instrumented.

A second outcome is the integrity of the system of record itself. When the SOW requires that planning, estimating, completed work information, and costs be maintained in ILSS Maximo, it creates a governance rule that can be enforced as a performance standard. The practical difference is significant. Instead of administratively chasing performance through emails, separate spreadsheets, and ad hoc reporting, the Government can insist that the record of work live where surveillance and audit are possible. In an Outcome Case, this becomes a verifiable requirement: each work order must contain the required artifacts, including the Work Activity Report and attachments, and must be entered within the prescribed time windows. The SOW’s emphasis on timeliness, attachments, and supporting documentation is not merely administrative; it is an anti-fraud and anti-dispute feature when it is treated as a gate for invoice eligibility and acceptance readiness. In this view, documentation is not busywork; it is the evidentiary chain that allows both parties to converge on the same set of facts.

A third outcome concerns predictable transparency through deliverables cadence. The SOW requires daily and weekly reporting and specifies recurring deliverables such as rosters, schedules, tracking reports, quality control planning, and other operational readiness artifacts. The Outcome Case treats these as outcomes because they enable the Government to manage performance without improvisation. Verification becomes a simple question of timeliness and completeness: was the deliverable submitted, was it current for the period in question, and is it stored in the agreed repository with version control? This is precisely the kind of administrative burden that becomes more manageable—not more onerous—when it is translated into a routine cadence with objective checks. It also offers a path for contractors to systematize compliance rather than treating it as a weekly scramble.

The resulting benefit is that the acquisition becomes easier to understand at the proposal stage and easier to administer post-award. Offerors can propose directly to outcomes and specify how they will generate the evidence packets required for each outcome. Evaluators can assess realism against a small set of measurable performance objectives rather than rewarding sheer narrative volume. CORs can monitor pass, fail, and needs-review categories rather than reading through hundreds of pages to infer whether performance is trending well. The concept also aligns with the federal preference for performance-based approaches in services acquisitions, which emphasizes defining performance outcomes and measuring performance against standards, rather than managing contractor performance primarily through process mandates. The point is not that process is irrelevant; it is that process should be justified as an enabler of measurable outcomes.

The discussion becomes more controversial when it turns to FAR minimization. The claim here is not that outcomes and verification can replace law, statute, or mandatory policy. Many clauses exist because Congress and the Executive branch require them, and contracting officers cannot waive those requirements simply because a contract is well-designed. However, clause complexity is not always a function of mandatory requirements; it is often a function of layering and misclassification. The CBP example uses an SF1449 commercial-format vehicle and incorporates the commercial terms structure, which is designed to consolidate core obligations into fewer clauses. Yet federal solicitations frequently accrete additional clause sets, including construction overlays, labor overlays, and agency deviations, even when not every task order or work element will implicate them. The result is cognitive overload and an increased risk of applying the wrong clause regime to the wrong work, which can create disputes rather than preventing them.

A practical clause-minimization strategy therefore starts with disciplined structuring rather than elimination. The base vehicle should use the commercial core where it is lawful to do so, and the solicitation should incorporate clauses by reference to avoid reproducing text and to reduce duplicative provisions that are already captured in the commercial terms. More importantly, where the SOW contemplates different labor regimes or work types—such as service labor versus construction-like work—the contract should modularize clause application through work-order addenda that are triggered by classification. This has the effect of reducing global clause burden while preserving legally required protections when and where they apply. It is also consistent with the Outcome Case logic: classification of a work order becomes a field, and clause applicability becomes a predictable consequence of that classification, rather than a matter of ad hoc interpretation.

This reform-minded approach aims at a specific administrative problem: the gap between what the law requires and what acquisition practice imposes. Accountability is not increased by flooding the contract with clauses that do not apply, duplicate other provisions, or impose governance mechanisms unrelated to the actual risk profile of the work. Accountability is increased when performance is measurable and when proof is auditable. An Outcome Case does not eliminate the FAR; it makes contract administration more disciplined by tying performance to evidence and by forcing ambiguity into structured “needs review” categories rather than leaving it to improvisation. In doing so, it also makes solicitations more approachable to capable firms that may otherwise avoid bidding due to interpretive burden. If the federal government is serious about competition, it should be equally serious about legibility, because legibility is a precondition to meaningful participation.

Disclaimer: This article is for educational and informational purposes only and does not constitute legal advice. Federal acquisition requirements are highly fact-specific, agencies have limited authority to omit or tailor mandatory clauses, and contractors should consult qualified counsel regarding any specific solicitation, contract, clause applicability, or compliance strategy.

Previous
Previous

Commercial Solutions Openings (CSOs) Under DFARS 212.70: What Contractors Should Know

Next
Next

Designing “Deliberative Lobbying”: What an Open-Lobby Model Could Mean for Federal Contractors