Stop Treating RFIs Like Surveys: How to Turn Noise Into Decisions
RFIs give you marketing fluff, not real answers. Ask better questions to get the data you need to make smart contract decisions.
Most acquisition teams post a Request for Information or Sources Sought notice, wait two weeks, and then open their inbox hoping for clarity. What they get instead is a pile of capability statements that read like marketing brochures, pricing estimates so broad they border on meaningless, and technical descriptions that somehow miss the actual question. The problem is not that vendors are unhelpful. The problem is that acquisition professionals are treating market research like a survey when it should function like a diagnostic test.
When a doctor orders bloodwork, they do not ask open-ended questions like "tell us about your health." They run specific tests designed to answer specific clinical questions. Market research under FAR Part 10 works the same way. It exists to inform discrete acquisition decisions: whether to set aside the contract, which contract type fits the risk profile, whether a commercial solution exists, what technical risks need mitigation, and what price range is reasonable. Yet most RFIs ask generic prompts that invite narrative responses instead of structured data.
This article reframes market research as decision architecture. It shows how to reverse-engineer RFI questions from the five core decisions every Acquisition Plan must address, how to design questions that produce comparable and actionable answers, and how to triage vendor responses without building a formal evaluation process. The goal is not perfect information. The goal is decision-grade clarity that feeds directly into your acquisition strategy, your cost estimate, and your source selection approach.
Why RFIs Produce Noise Instead of Decisions
The fundamental mismatch is structural. Acquisition teams need answers that fit into checkboxes, ranges, and binary choices. Vendors are trained to sell capability, which means open-ended storytelling. When the government asks "describe your approach," vendors hear "convince me you are qualified." The result is polished but unusable content.
This happens because acquisition professionals default to templates. They copy generic prompts from past RFIs or follow boilerplate language that sounds official but lacks strategic intent. Questions like "provide your technical approach" or "describe relevant past performance" are not inherently bad, but they do not map to the decisions FAR Part 10 requires market research to inform.
The hidden cost is significant. Unusable responses force acquisition teams to conduct follow-up outreach, schedule one-on-one vendor calls, or make strategy decisions based on assumptions rather than data. Timelines slip. Acquisition Plans get written with vague market research summaries that add no analytical value. Contracting officers push back on weak commerciality determinations or unsupported set-aside decisions because the RFI did not produce the evidence needed to defend the strategy.
FAR Part 10 does not require acquisition teams to collect information. It requires them to use market research to make informed decisions about acquisition strategy. The regulation assumes that the government will ask questions designed to answer those strategic questions. Most RFIs fail that test not because they lack detail but because they lack structure.
Reverse-Engineering RFI Questions from the Five Core Decisions
Every Acquisition Plan must resolve five foundational decisions. Market research should feed directly into each one. If your RFI questions do not produce answers that inform these decisions, the responses will not help you write the plan.
The first decision is set-aside strategy. Can small businesses realistically perform this work, or does the requirement demand resources and past performance that only large firms possess? This decision determines whether the contract will be unrestricted, set aside for small business, or targeted to a specific socioeconomic category.
The second decision is contract type selection. Is the scope predictable enough for a firm-fixed-price contract, or does uncertainty require a cost-reimbursement or time-and-materials structure? This decision hinges on whether vendors can define costs upfront or whether risk needs to be shared.
The third decision is commerciality determination. Does a commercial product or service exist that meets the requirement, or does the government need something custom-built? This determination affects your authority, your contract terms, and your compliance burden under FAR Part 12 versus FAR Part 15.
The fourth decision is technical risk assessment. What are the realistic execution risks, capability gaps, and dependencies that could derail the effort? This informs your quality assurance approach, your evaluation criteria, and your post-award oversight strategy.
The fifth decision is price reasonableness baseline. What is the realistic cost range for this work, and what drives cost variation across vendors? This feeds directly into your Independent Government Cost Estimate and helps you evaluate whether proposed pricing is reasonable or requires further analysis.
Each decision requires different question types. Set-aside strategy needs yes-or-no capability confirmations and headcount thresholds. Contract type selection needs structured cost driver analysis. Commerciality needs catalog availability and customization scope. Technical risk needs maturity ratings and resource dependencies. Price reasonableness needs rough order of magnitude estimates and labor category breakdowns.
The trap is asking more questions instead of asking the right format. A single well-structured question that produces comparable data across vendors is more valuable than five open-ended prompts that yield five narrative responses with no common baseline.
Question Design as Decision Architecture
The most effective RFI questions are binary, checklist-based, or constrained to predefined ranges. These formats force vendors to provide structured answers that you can compare across responses without needing a formal evaluation panel.
For set-aside strategy, ask capability confirmation questions tied to the scope. Instead of "describe your past performance," ask "Have you delivered similar services under a contract valued at $X or higher in the past three years?" Follow with "Do you currently employ at least Y full-time staff with required certifications?" Add a teaming question: "If you cannot perform this work independently, do you intend to subcontract or partner with another firm?"
For contract type selection, ask cost driver identification questions. Instead of "provide your pricing approach," ask "Which cost elements are most uncertain: labor rates, material costs, or performance timelines?" Offer checkboxes. Then ask "Do you prefer fixed-price, time-and-materials, or cost-reimbursement structures for work with this risk profile?" This tells you how vendors assess their own exposure and whether they will accept fixed pricing.
For commerciality determination, ask product availability questions. Instead of "describe your solution," ask "Is your proposed solution available as a catalog item without government-unique modifications?" Follow with "If customization is required, what percentage of the total effort is custom development versus integration of existing products?" Add a pricing question: "Is your pricing based on a published rate card or price list?"
For technical risk assessment, ask maturity and resource questions. Instead of "explain your technical approach," ask "What Technology Readiness Level best describes the solution you would propose: prototype, field-tested, or operationally deployed?" Follow with "What are the top three resource constraints or dependencies that could delay delivery?" Offer a list: labor availability, supply chain, third-party integrations, regulatory approval, facility access.
For price reasonableness baseline, ask rough order of magnitude questions tied to scope. Instead of "provide a cost estimate," ask "Based on the high-level scope described, provide a rough cost range for the base period: under $500K, $500K to $1M, $1M to $2M, or above $2M." Follow with "What is the primary cost driver: labor hours, materials, software licenses, or travel?"
Open-ended questions are strategically useful when you need vendors to identify risks or opportunities the government has not considered. But contain them. Ask "What is the single biggest execution risk we have not addressed in this RFI?" instead of "provide any additional information you believe is relevant." The first question yields insight. The second yields marketing filler.
The Three-Tier Response Triage System
You do not need a formal scoring rubric to sort RFI responses into actionable categories. Use a simple three-tier triage system that separates decision-grade data from partial information and marketing noise.
Tier 1 responses contain structured answers, specific examples, and verifiable claims. The vendor checked boxes, provided numeric ranges, cited contract numbers for past performance, and answered the actual questions asked. These responses feed directly into your Acquisition Plan and IGCE. Extract the data, document the source, and move forward.
Tier 2 responses contain partial utility. The vendor answered some questions but left others vague or incomplete. They provided a cost range but not the underlying drivers. They mentioned past performance but did not specify contract value or scope. These responses require follow-up. Identify the gaps, send targeted clarification questions, and decide whether the incomplete data is still useful as a secondary data point.
Tier 3 responses contain no actionable content. The vendor submitted a capability statement that ignores the RFI questions, provided generic service descriptions with no connection to the requirement, or delivered a sales pitch with no substantive data. These responses do not inform decisions. Document that you received them, note that they were non-responsive, and discard them from your analysis.
Processing each tier requires discipline. For Tier 1, create a summary table that maps vendor responses to your five core decisions. For Tier 2, draft follow-up questions that fill specific gaps rather than re-asking everything. For Tier 3, do not waste time trying to extract value that does not exist.
Documenting your triage decisions protects you from protest risk. If a vendor later claims you ignored their response, you can show that their submission was evaluated, categorized as Tier 3 due to non-responsiveness, and excluded for legitimate reasons. Transparency in process matters more than volume of responses considered.
Connecting RFI Insights to Acquisition Strategy Documentation
Market research findings must flow directly into your Acquisition Plan, your IGCE, and your source selection strategy. The connection should be explicit and traceable.
For the Acquisition Plan, map RFI responses to specific sections. If three small business vendors confirmed capability and provided relevant past performance, document that in your set-aside justification. If vendors identified labor availability as the primary cost driver and expressed preference for time-and-materials pricing, document that in your contract type rationale. If no vendor offered a pure commercial solution but two proposed hybrid approaches, document that in your commerciality determination.
For the IGCE, use vendor-provided cost ranges and cost driver insights to validate your assumptions. If your independent estimate assumed 10,000 labor hours but vendor responses suggest 15,000 hours due to a technical complexity you underestimated, adjust your estimate or document the discrepancy and explain your rationale. If vendors cited material costs as highly variable, build contingency into your cost model and note the source of that uncertainty.
For source selection strategy, use technical risk insights to shape your evaluation criteria. If multiple vendors flagged supply chain dependencies as a key risk, make past performance in managing supplier relationships an evaluation factor. If vendors disagreed on Technology Readiness Levels, make technical maturity demonstrations part of your proposal requirements.
Commerciality determinations and set-aside justifications require specific documentation. If you conclude that a commercial solution exists, cite the vendors who confirmed catalog availability and published pricing. If you conclude that only large businesses can perform the work, cite the capability thresholds that small business respondents could not meet.
Technical risks documented in market research should appear in your Acquisition Plan risk register and inform your quality assurance surveillance plan. If vendors identified facility access as a constraint, that becomes a contract performance risk that needs mitigation language in your Performance Work Statement and your QASP.
Create a simple decision log that ties vendor input to strategic choices. Use a three-column format: Decision, RFI Data Source, and Rationale. This log becomes your audit trail and your briefing tool when contracting officers or legal counsel ask how you arrived at your acquisition strategy.
Practical Application—Sample RFI Question Set and Response Evaluation
Consider a realistic scenario: a federal agency needs to modernize an internal IT system that tracks facility maintenance requests. The system is 15 years old, runs on outdated technology, and integrates poorly with newer mobile tools. The requirement is loosely defined. The budget is uncertain. Commerciality is unclear because the system serves a government-specific workflow.
The acquisition team designs an RFI with structured questions targeting the five core decisions. For set-aside strategy, they ask: "Have you delivered IT modernization projects for federal clients with contract values between $1M and $5M in the past three years? If yes, provide one contract number and client point of contact." For contract type, they ask: "Which cost element is most uncertain for this type of work: development labor hours, software licensing, data migration, or system testing?"
For commerciality, they ask: "Do you offer a commercial-off-the-shelf facility management platform that can be configured without custom software development? If yes, what percentage of the requirement would require custom code?" For technical risk, they ask: "What is the single largest technical risk for this modernization: legacy data quality, user adoption, system integration complexity, or cybersecurity compliance?" For price reasonableness, they ask: "Provide a rough order of magnitude cost range for the base period: $500K to $1M, $1M to $2M, $2M to $3M, or above $3M."
Three vendors respond. Vendor A provides structured answers with specific examples. They confirm past performance with a contract number, identify development labor hours as the most uncertain cost, state that their platform is 70 percent commercial with 30 percent custom configuration, cite system integration complexity as the top risk, and estimate $1.5M to $2M for the base period. This is a Tier 1 response.
Vendor B provides partial answers. They mention past performance but provide no contract details. They suggest time-and-materials pricing but do not identify specific cost drivers. They describe their platform as flexible but do not clarify how much customization is required. They estimate $1M to $3M without explaining the range. This is a Tier 2 response. Follow-up is needed.
Vendor C submits a 10-page capability statement describing their company history, certifications, and general IT expertise. They do not answer the RFI questions. They do not provide cost ranges. They do not address the specific requirement. This is a Tier 3 response. It is documented as non-responsive and excluded from analysis.
From Vendor A, the acquisition team extracts decision-grade data. The set-aside decision is supported: a small business can perform this work. The contract type decision leans toward time-and-materials due to labor hour uncertainty. The commerciality determination is hybrid: mostly commercial with some custom work. The technical risk is system integration, which will drive evaluation criteria. The price baseline is $1.5M to $2M, which validates the IGCE range.
From Vendor B, the team drafts follow-up questions: "Please provide at least one contract number for past performance verification. What specific labor categories drive the cost uncertainty you referenced? What percentage of your platform requires custom development for this use case?" If Vendor B responds with specifics, their data is incorporated. If not, their input is treated as supplementary rather than primary.
The triage results translate directly into Acquisition Plan language. The market research summary states: "Three vendors responded to the Sources Sought notice. One vendor provided detailed responses demonstrating small business capability and confirming that a predominantly commercial solution exists with limited customization requirements. Based on this analysis, the acquisition will be set aside for small business and structured as a time-and-materials contract due to labor hour uncertainty. Vendor input identified system integration complexity as the primary technical risk, which will be addressed through evaluation criteria focused on integration experience and past performance in similar environments."
Why This Matters
Better question design reduces acquisition cycle time. When RFI responses produce decision-grade data, acquisition teams do not need to conduct multiple rounds of outreach or schedule lengthy vendor meetings to fill gaps. The strategy solidifies faster, the Acquisition Plan writes itself from the data, and the procurement moves forward without delays caused by weak market research.
Extraction discipline protects acquisition professionals from analysis paralysis. When you have a triage system that separates useful responses from noise, you do not waste time trying to extract meaning from marketing content. You focus energy where it matters, follow up only when gaps are closeable, and document non-responsive submissions without guilt.
This approach strengthens Acquisition Plan defensibility and reduces protest vulnerability. When your strategy decisions are explicitly tied to structured vendor input, you can defend your rationale with data rather than assumptions. If a disappointed vendor protests your set-aside decision or contract type selection, you can point to the RFI responses that informed those choices and demonstrate that your process was sound.
The long-term impact is cultural. When acquisition teams treat market research as decision architecture rather than compliance theater, the quality of vendor engagement improves. Vendors learn that thoughtful, structured responses yield better outcomes than polished marketing. The government gets better data. Strategies get sharper. Timelines compress. The entire acquisition process becomes more efficient because the foundational research actually does what FAR Part 10 intended: inform decisions.
%20(1).png)
.png)