CPFF vs CPIF Contracts: Cost-Plus Comparison
Cost-Plus-Fixed-Fee (CPFF) and Cost-Plus-Incentive-Fee (CPIF) are both cost-reimbursement contract types governed by FAR 16.3. Both reimburse the contractor for allowable costs, but they differ fundamentally in how fee (profit) is determined and what incentives the contractor has to control costs. Understanding these differences is essential for pricing strategy and contract administration.
Cost-Plus-Fixed-Fee (CPFF)
Under a CPFF contract (FAR 16.306), the government reimburses the contractor for all allowable, allocable, and reasonable costs incurred during performance, plus a fixed dollar amount of fee. The fee does not vary with actual costs. If the estimated cost is $10 million and the fixed fee is $800,000, the contractor earns $800,000 regardless of whether actual costs come in at $8 million or $12 million.
CPFF contracts come in two forms: completion and term. A completion form requires the contractor to deliver a defined end product (a report, prototype, or system). The fixed fee is earned upon delivery. A term form requires the contractor to provide a specified level of effort over a defined period. The fee is earned by performing the level of effort, regardless of whether the work results in a deliverable.
CPFF is the most common cost-reimbursement contract type because it is straightforward to administer. The fee is negotiated at award and does not change, eliminating disputes over fee calculations during performance. However, the contractor has limited financial incentive to reduce costs because the fee is fixed regardless of cost performance.
Cost-Plus-Incentive-Fee (CPIF)
A CPIF contract (FAR 16.304) reimburses allowable costs and provides a fee that adjusts based on cost performance relative to a negotiated target cost. The contract establishes a target cost, a target fee, a minimum fee, a maximum fee, and a fee adjustment formula (sharing ratio).
For example, consider a CPIF contract with a $10M target cost, $900K target fee, $400K minimum fee, $1.4M maximum fee, and an 80/20 sharing ratio (government/contractor). If the contractor delivers the work for $9M — $1M under the target — the fee increases by 20% of the savings: $900K + ($1M x 0.20) = $1.1M. If costs overrun to $11M, the fee decreases: $900K - ($1M x 0.20) = $700K. The fee cannot go below $400K or above $1.4M.
This structure creates a financial incentive for the contractor to control costs. Unlike CPFF, where the contractor earns the same fee regardless of cost efficiency, CPIF rewards cost savings and penalizes overruns. The sharing ratio determines the strength of the incentive — a 50/50 split provides stronger contractor motivation than 90/10.
Fee Structures and Calculations
Risk Allocation Differences
Both CPFF and CPIF place the majority of cost risk on the government, since both reimburse actual costs. However, CPIF introduces a degree of shared cost risk through the fee adjustment mechanism. The contractor's financial exposure under CPIF is limited to the difference between the target fee and the minimum fee — a much smaller risk than under FFP contracts where the entire cost overrun is the contractor's loss.
From the government's perspective, CPIF provides better value because it motivates the contractor to find efficiencies. If the contractor can perform the work below the target cost, the government shares in those savings through the sharing ratio (the government's share of savings typically ranges from 60% to 90%). This makes CPIF particularly attractive for programs where cost growth has been a historical problem.
For contractors, the choice between CPFF and CPIF involves assessing your confidence in cost estimation. If you are confident in your cost estimates and believe you can perform below target, CPIF offers upside potential. If the work is highly uncertain and cost estimation is unreliable, CPFF provides fee certainty regardless of how costs evolve.
When Each Contract Type Is Used
CPFF Is Preferred When:
- The work involves basic research or exploratory development with high uncertainty
- Cost estimation is impractical because the scope cannot be well-defined in advance
- The government wants simplicity in contract administration
- Level-of-effort contracts where a defined deliverable is not the primary output
CPIF Is Preferred When:
- The work is complex but sufficiently defined to establish meaningful cost targets
- The government wants to incentivize cost control on large programs
- Historical cost data exists to set realistic target costs and sharing ratios
- Major defense systems development, advanced technology programs, or large-scale services
In practice, CPFF is far more common than CPIF. CPIF requires more sophisticated cost estimation, negotiation of sharing ratios and fee boundaries, and ongoing fee calculation during performance. Many agencies default to CPFF for simplicity, even when CPIF might provide better value.
DCAA Audit Implications
Both CPFF and CPIF contracts require a DCAA-adequate accounting system and are subject to incurred cost audits. The contractor must track actual costs by contract, maintain adequate indirect rate pools, and submit annual incurred cost proposals. These audit requirements are identical for both contract types.
The difference lies in fee auditing. For CPFF, the fee is established at award and does not change, so there is no fee calculation to audit. For CPIF, the final fee must be calculated based on actual versus target costs, which requires auditing the cost performance data and applying the sharing formula. This adds an additional step to contract closeout.
Both contract types require compliance with FAR Part 31 (Cost Principles) for determining allowable costs, and contracts over $7.5 million require compliance with Cost Accounting Standards (CAS). The accounting infrastructure required is the same — the CPIF fee adjustment simply adds one more calculation layer on top of the standard cost-type audit process.
Live Contract Data
CPFF Contracts
DELIVERY ORDER 9027 (1A) awarded to FCI ENTERPRISES LLC, was modified for the amount of $0
DELIVERY ORDER 9027 (1A) awarded to FCI ENTERPRISES LLC, was modified for the amount of $0. Agency: DEPT OF DEFENSE
DELIVERY ORDER 9013 (1A) awarded to FCI ENTERPRISES LLC, was modified for the amount of -$152,815.33
DELIVERY ORDER 9013 (1A) awarded to FCI ENTERPRISES LLC, was modified for the amount of -$152,815.33. Agency: DEPT OF DEFENSE
New DEFINITIVE CONTRACT FA945324CX024 awarded to MANAGEMENT SERVICES GROUP, INC. for the amount of $7,943,504.5
SBIR PHASE III COST PLUS FIXED FEE (CPFF)
DEFINITIVE CONTRACT 70RWMD20C00000003 (P00001) awarded to CHARLES RIVER ANALYTICS, INC., was modified for the amount of $0
COST PLUS FIXED FEE (CPFF) CONTRACT CHARLES RIVER ANALYTICS INC. TO PROVIDE THE DHS COUNTER WEAPONS FOR MASS DESTRUCTION (CWMD) WITH SBIR PHASE II R&D SERVICES.
New DELIVERY ORDER 70FA6023F00000077 awarded to RAND CORPORATION, THE for the amount of $2,899,773.9
Federally funded research AND development center (ffrdc) studies AND analysis projects IN accordance with sections c.1.3 AND c.1.11. Awarded AND administered by DHS components on a cost-plus-fixed-fee (CPFF) basis.
New DEFINITIVE CONTRACT HUDDU100200409DCOPC22660 awarded to COSTING SOLUTIONS LIMITED LIABILITY COMPANY for the amount of $200,000
New DEFINITIVE CONTRACT HUDDU100200409DCOPC22660 awarded to COSTING SOLUTIONS LIMITED LIABILITY COMPANY for the amount of $200,000. Agency: HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF
DEFINITIVE CONTRACT W56KGU18C0058 (P00001) awarded to FIRST RF CORPORATION, was modified for the amount of $395,291.74
THIS CONTRACT IS A COST-PLUS-FIXED-FEE (CPFF) CONTRACT AS DEFINED IN FAR 16.202-1, ISSUED PURSUANT SMALL BUSINESS INNOVATIVE RESEARCH (SBIR) PROGRAM, PHASE II
DEFINITIVE CONTRACT W56KGY17C0004 (A00003) awarded to IRFLEX CORPORATION, was modified for the amount of $0
This action is an r&d SBIR phase ii cost plus fixed fee (CPFF) FOR topic # a15-076 titled high power mid-ir fiber combiner.
New DEFINITIVE CONTRACT W56KGY18C0002 awarded to ADAPTIVE DYNAMICS INC for the amount of $450,000
This contract is a cost plus fixed fee (CPFF) contract, small business innovation research (SBIR) program, phase iii effort under topic number a14-028 TO procure research AND development services FOR performance OF a research AND development effort entitled, "radio frequency interference mitigation interference canceller algorithm" IN accordance with THE performance work statement (PWS) dated 1 may 2018.
New DEFINITIVE CONTRACT N6246705C9161 awarded to COST EFFECTIVE MAINTENANCE, IN for the amount of $139,000
Navy facilities engineering comm — cost effective maintenance, IN — 3938 miriam dr — charlotte — beaufort mcas — beaufort — s carolina — maint/heating & cooling plants — construction
CPIF Contracts
New DELIVERY ORDER GS04P00EXD0034P0004CY0100 awarded to U S COST INCORPORATED for the amount of $26,685
Order TO cost consultant services FOR teh preparation OF independent government cost estimates FOR mccormack, federal building, boston, ma
New DEFINITIVE CONTRACT N6246705C9161 awarded to COST EFFECTIVE MAINTENANCE, IN for the amount of $139,000
Navy facilities engineering comm — cost effective maintenance, IN — 3938 miriam dr — charlotte — beaufort mcas — beaufort — s carolina — maint/heating & cooling plants — construction
New DELIVERY ORDER W912DY06F0017 awarded to PROJECT TIME & COST INC for the amount of $418,000
USA engineer div huntsville — project time & cost INC — 2727 paces ferry rd se — atlanta — huntsville — madison — alabama — other professional services — services — not discernable
New DELIVERY ORDER 12970224F0003 awarded to ENVIRONMENTAL COST MANAGEMENT, INC. for the amount of $0
THE walker tailings dam spillway remedial design plan project is a competitive TO under THE r5 environmental response IDIQ (cercla under follow-on MAS 12970223d0017), activity v, IN support OF THE ongoing remedial action at THE walker mine tailings s
New DELIVERY ORDER 127EAV24F0046 awarded to ENVIRONMENTAL COST MANAGEMENT, INC. for the amount of $102,485
CARPENTER MINES EE/CA SW REGIONAL OFFICE ENGINEERING GILA NF
New DELIVERY ORDER 127EAV24F0018 awarded to ENVIRONMENTAL COST MANAGEMENT, INC. for the amount of $32,967.94
SOLDIER BASIN MINES POTENTIALLY RESPONSIBLE PARTY SEARCH
New BPA CALL 140L3924F0023 awarded to ENVIRONMENTAL COST MANAGEMENT, INC. for the amount of $481,115
New BPA CALL 140L3924F0023 awarded to ENVIRONMENTAL COST MANAGEMENT, INC. for the amount of $481,115. Agency: BUREAU OF LAND MANAGEMENT
New PURCHASE ORDER 043LN199102B6043LN1C0004 awarded to COST CUTTER CONSTR INC for the amount of $4,000
New PURCHASE ORDER 043LN199102B6043LN1C0004 awarded to COST CUTTER CONSTR INC for the amount of $4,000. Agency: FARMERS HOME ADMINISTRATION
New DELIVERY ORDER EX000200105CP0401GS04P01EXD0018GSP0803JA0008 awarded to PROJECT TIME & COST, INC. for the amount of $0
New DELIVERY ORDER EX000200105CP0401GS04P01EXD0018GSP0803JA0008 awarded to PROJECT TIME & COST, INC. for the amount of $0. Agency: PUBLIC BUILDINGS SERVICE
New DELIVERY ORDER W9132T06F0049 awarded to PROJECT TIME & COST INC for the amount of $24,470
U435CFF DATABASE/LIBRARY FOR ESTIMATION.....
Analyze Cost-Type Contract Awards by Agency
Use Bureauify to filter federal awards by contract type, see which agencies prefer CPFF vs CPIF, and benchmark fee rates across your NAICS codes.
100M+ government records · 300+ gov/news sources · Updated hourly