CPCM Certification Exam Guide + Practice Questions Updated 2026

Home / NCMA Cert / CPCM

Comprehensive CPCM certification exam guide covering exam overview, skills measured, preparation tips, and practice questions with detailed explanations.

CPCM Exam Guide

This CPCM exam focuses on practical knowledge and real-world application scenarios related to the subject area. It evaluates your ability to understand core concepts, apply best practices, and make informed decisions in realistic situations rather than relying solely on memorization.

This page provides a structured exam guide, including exam focus areas, skills measured, preparation recommendations, and practice questions with explanations to support effective learning.

 

Exam Overview

The CPCM exam typically emphasizes how concepts are used in professional environments, testing both theoretical understanding and practical problem-solving skills.

 

Skills Measured

  • Understanding of core concepts and terminology
  • Ability to apply knowledge to practical scenarios
  • Analysis and evaluation of solution options
  • Identification of best practices and common use cases

 

Preparation Tips

Successful candidates combine conceptual understanding with hands-on practice. Reviewing measured skills and working through scenario-based questions is strongly recommended.

 

Practice Questions for CPCM Exam

The following practice questions are designed to reinforce key CPCM exam concepts and reflect common scenario-based decision points tested in the certification.

Question#1

A bid is __________ when it complies in all material respects with the invitation for bids.

A. responsive
B. responsible
C. reasonable
D. realistic

Explanation:
The correct answer is A (responsive) because, according to NCMA CMBOK and standard procurement terminology, a responsive bid is one that conforms in all material respects to the requirements of the invitation for bids (IFB). This includes compliance with specifications, delivery terms, pricing format, and all mandatory solicitation provisions.
Responsiveness is determined at the time of bid opening and is based solely on the content of the bid as submitted. A bid that fails to meet any material requirement―such as missing required certifications, deviating from specifications, or altering key terms―may be deemed nonresponsive and must be rejected, regardless of price or other favorable factors.
Option B (responsible) refers to the bidder’s capability to perform the contract, including financial stability, technical ability, and past performance.
Option C (reasonable) relates to price fairness, typically assessed through price analysis.
Option D (realistic) is associated with evaluating whether proposed costs or technical approaches are achievable, often in negotiated procurements.
CMBOK emphasizes that in sealed bidding (IFB) under the award phase, the contract must be awarded to the lowest-priced responsive and responsible bidder. Therefore, responsiveness is a critical threshold requirement that ensures fairness, transparency, and adherence to solicitation terms in the procurement process.

Question#2

Scenario 5.0: 2
The buyer issued a request for proposals (RFP) for various support services. As part of these services, the seller would need to review the work of other contractors on existing and future programs. The RFP noted the potential for impaired objectivity or unfair competitive advantage organizational conflicts of interest (OCIs), and specified that the seller would be ineligible for involvement at any level on specifically identified contracts. The RFP also specified a second set of contracts―one of which was identified as “LKS”―that presented potential OCIs, and directed any seller performing work under these latter contracts to provide notice and an OCI mitigation plan that would be analyzed by the buyer.
The buyer intended to award a single cost-plus-fixed-fee, level-of-effort contract for a two-year base period with three option years to the offeror whose proposal provided the best value.
This determination was to be based on an evaluation of proposals under the following three factors, in descending order of importance:
o Cost
o Mission suitability
o Past performance
For this contract, mission suitability and past performance, when combined, were to be approximately equal in importance to cost.
The RFP provided that the evaluation of cost proposals would assess both reasonableness and realism. To determine cost, the RFP provided estimates for both estimated level-of-effort hours and optional flex hours for nine labor categories, specifying the experience, skills, and description for each category. Under the mission suitability factor, the RFP included various management approach subfactors. These included a phase-in approach subfactor, which required offerors to specify an incumbent capture rate as a percentage of the total workforce and to justify the rate and methods used to achieve it. Both offerors in the competitive range indicated high incumbent capture rates. The proposed staffing approach was to be assessed under the technical approach subfactor.
The source selection plan provided a table that described how point scores would be assigned and which corresponding adjectival ratings would result from the scores. During the first evaluation, the buyer assigned a weakness to one of the two offerors in the competitive range, Offeror A, based on the fact that Offeror A offered at or below the average compensation for the low end of the required experience level, as well as the risk associated with Offeror A’s ability to capture a qualified workforce. In response, Offeror A showed the buyer that it had used commercial compensation rates to determine its compensation rates. As such, the compensation rates Offeror A had submitted in its proposal were less than the company’s engineers were currently being compensated.
After establishing the competitive range, the buyer held discussions with Offeror A and Offeror B.
The buyer then requested final proposal revisions (FPRs).
In its FPR, Offeror A noted that its major subcontractor, Sub A, was the prime contractor on the “LKS project” mentioned in the RFP, and submitted an OCI mitigation plan that included a labor distribution and mapping template showing that the program supported by Sub A’s LKS project would not be overseen by Sub A’s staff performing work on the new contract. Contemporaneous records indicated a brief discussion by the evaluators of this approach, but did not discuss OCI
mitigation directly and provided no indication that the potential OCI was analyzed.
After reevaluation, Offeror A had slightly higher scores in the technical approach and mission suitability subfactors, a lower past performance rating, and a lower probable cost. After receiving and evaluating the FPRs, the buyer awarded the contract to Offeror A.
Which of the following would have been the most appropriate goal for the buyer’s discussions with the offerors within the competitive range?
A. To clarify the identified risks in the offers.
B. To convince Offeror A to select a different subcontractor.
C. To determine ways to improve Offeror A’s incumbent capture rate.
D. To negotiate the best possible price for Offeror B’s offer.

A. A

Explanation:
The correct answer is A (to clarify the identified risks in the offers) because, according to NCMA CMBOK, the primary purpose of discussions in a negotiated procurement is to enhance the buyer’s understanding of proposals and allow offerors to address weaknesses, deficiencies, and risks identified during evaluation.
CMBOK emphasizes that discussions must be fair, meaningful, and aligned with the evaluation criteria, giving offerors an opportunity to improve their proposals without providing an unfair competitive advantage. Clarifying risks―such as concerns about staffing, cost realism, or organizational conflicts of interest―helps ensure that the final proposals are complete, accurate, and capable of successful performance.
Option B is inappropriate because the buyer cannot direct an offeror’s business decisions, such as selecting subcontractors.
Option C is too narrow and focuses on improving one aspect of a single offeror’s proposal rather than addressing overall evaluation concerns.
Option D is incorrect because discussions are not limited to price negotiations and must not favor one offeror over another.
CMBOK highlights that effective discussions improve proposal quality, competition, and decision-making, ensuring that the award is based on the best value while maintaining fairness and transparency during the award phase.

Question#3

What type of competition exists when many small companies produce identical goods/services and no one company can influence the market?

A. oligopolistic competition
B. polyopolistic competition
C. proper competition
D. perfect competition

Explanation:
The correct answer is D (perfect competition) because, within economic principles referenced in the NCMA Contract Management Body of Knowledge (CMBOK), perfect competition describes a market structure where many small firms produce identical or homogeneous products, and no single firm has the power to influence market prices.
In a perfectly competitive market, all firms are considered price takers, meaning prices are determined entirely by the forces of supply and demand. Key characteristics include a large number of buyers and sellers, identical products, free entry and exit from the market, and complete information availability. Because products are indistinguishable, buyers have no preference for one seller over another, and competition is based purely on price.
This concept is important in contract management, particularly during market research and pricing analysis, as it helps contract managers understand how competitive pressures influence pricing strategies. In such markets, prices tend to stabilize at equilibrium levels, and profit margins are often minimal due to high competition.
Option A (oligopolistic competition) involves a few dominant firms that can influence market prices.
Option B (polyopolistic) is not a standard economic term.
Option C (proper competition) is also not a recognized concept.
Thus, perfect competition accurately describes a market with many small firms and no individual market control, aligning with CMBOK economic principles.

Question#4

Scenario 5.0: 1
Offeror C contested the exclusion of its proposal from the competitive range under a request for proposals (RFP) issued by the buyer for “aircraft logistics, integration, configuration management, and engineering” (ALICE) services. The seller would provide personnel to work at a buyer’s location, and the buyer would direct all work and “establish work hours consistent with meeting the mission at each contract location.” The RFP provided an estimated level of effort, and offerors completed a pricing model spreadsheet.
Proposals were to be evaluated on mission suitability, past performance, and cost/price. The mission suitability and past performance factors were approximately equal in importance, and each was more important than cost/price. The purpose of the mission suitability factor was to determine the offeror’s ability to provide the required personnel at the required work hours to fulfill the contract need. It included several subfactors: management approach, overall management approach, staffing approach, and contract phase-in approach.
Offeror C argued that the buyer unfairly assessed a management approach weakness for failing to show a plan for complying with required work schedules and break times, failing to consider that the buyer establishes work hours consistent with mission needs, and failing to consider the buyer’s intention to have night shift work on Sundays. Offeror C’s proposal had discussed its approach to managing scheduling and breaks and stated that it would comply with collective bargaining agreement requirements. The buyer nevertheless judged the approach inadequate because it did not explain how Offeror C would enforce worker compliance, comparing the plan to a highway speed-limit sign that does not ensure motorists will not speed. GAO found that the RFP required offerors to explain their approaches to ensuring flexible scheduling and required breaks, but did not reasonably disclose that offerors also had to propose an enforcement mechanism.
In this scenario, how could the buyer have made its evaluation process more defensible to avoid a protest?

A. Giving equal weight to all three evaluation factors.
B. Documenting reasons beyond point values for determining the competitive range.
C. Notifying Offeror C during the evaluation process that its proposed schedule process was insufficient.
D. Requiring each member of the evaluation team to perform their initial evaluations of the proposals collaboratively.

Explanation:
The correct answer is B because, according to NCMA CMBOK, a well-documented evaluation record is essential to ensure that source selection decisions are transparent, logical, and defensible, especially in the event of a protest. In this scenario, the buyer relied heavily on point scores and adjectival ratings without adequately documenting the underlying rationale for excluding Offeror C from the competitive range.
CMBOK emphasizes that evaluation decisions must be supported by qualitative analysis, including detailed explanations of strengths, weaknesses, deficiencies, and risks, rather than relying solely on numerical scores. Proper documentation demonstrates that the evaluation was conducted in accordance with the stated criteria and that decisions were based on sound judgment and evidence.
Option A is incorrect because evaluation factors must be weighted as stated in the solicitation, not adjusted afterward.
Option C is incorrect because discussions with offerors occur only after establishing the competitive range.
Option D is incorrect because evaluations should begin independently, not collaboratively.
CMBOK highlights that thorough documentation enhances accountability and defensibility, ensuring that procurement decisions can withstand scrutiny. By clearly recording the reasoning behind competitive range determinations, the buyer reduces the risk of successful protests and supports the integrity of the pre-award source selection process.

Question#5

A market characterized as having many independent buyers, few independent sellers, and restrictions to market entry/exit is called a/an __________.

A. monopsony
B. bilateral monopoly
C. oligopoly
D. oligopsony

Explanation:
The correct answer is C (oligopoly) because, within economic principles referenced in the NCMA Contract Management Body of Knowledge (CMBOK), an oligopoly is a market structure characterized by a small number of sellers (suppliers) and a relatively large number of buyers. These few sellers dominate the market and often have significant influence over pricing, production levels, and market conditions.
The presence of barriers to entry and exit―such as high capital requirements, regulatory constraints, or technological complexity―is another defining feature of an oligopoly. These barriers prevent new competitors from easily entering the market, allowing existing firms to maintain their market position. Because only a few sellers exist, their decisions are interdependent, meaning each firm must consider the actions of competitors when making pricing or production decisions.
Option A (monopsony) refers to a market with one dominant buyer and many sellers.
Option D (oligopsony) involves few buyers and many sellers.
Option B (bilateral monopoly) involves one buyer and one seller.
In contract management, understanding oligopolistic markets is important for market research, pricing analysis, and negotiation strategy. Limited supplier competition can affect pricing leverage and risk, requiring contract managers to carefully assess supplier power and develop strategies to ensure fair and reasonable pricing.

Disclaimer

This page is for educational and exam preparation reference only. It is not affiliated with NCMA Cert, Certified Professional Contracts Manager, or the official exam provider. Candidates should refer to official documentation and training for authoritative information.

Exam Code: CPCMQ & A: 180 Q&AsUpdated:  2026-04-07

  Access Additional CPCM Practice Resources