NCMA CPCM Exam Dumps

Get All Certified Professional Contract Manager Exam Questions with Validated Answers

CPCM Pack
Vendor: NCMA
Exam Code: CPCM
Exam Name: Certified Professional Contract Manager
Exam Questions: 180
Last Updated: April 14, 2026
Related Certifications: Certified Professional Contracts Manager
Exam Tags: Contracts Management Professional Level Contract ManagersRisk Managers
Gurantee
  • 24/7 customer support
  • Unlimited Downloads
  • 90 Days Free Updates
  • 10,000+ Satisfied Customers
  • 100% Refund Policy
  • Instantly Available for Download after Purchase

Get Full Access to NCMA CPCM questions & answers in the format that suits you best

PDF Version

$40.00
$24.00
  • 180 Actual Exam Questions
  • Compatible with all Devices
  • Printable Format
  • No Download Limits
  • 90 Days Free Updates

Discount Offer (Bundle pack)

$80.00
$48.00
  • Discount Offer
  • 180 Actual Exam Questions
  • Both PDF & Online Practice Test
  • Free 90 Days Updates
  • No Download Limits
  • No Practice Limits
  • 24/7 Customer Support

Online Practice Test

$30.00
$18.00
  • 180 Actual Exam Questions
  • Actual Exam Environment
  • 90 Days Free Updates
  • Browser Based Software
  • Compatibility:
    supported Browsers

Pass Your NCMA CPCM Certification Exam Easily!

Looking for a hassle-free way to pass the NCMA Certified Professional Contract Manager exam? DumpsProvider provides the most reliable Dumps Questions and Answers, designed by NCMA certified experts to help you succeed in record time. Available in both PDF and Online Practice Test formats, our study materials cover every major exam topic, making it possible for you to pass potentially within just one day!

DumpsProvider is a leading provider of high-quality exam dumps, trusted by professionals worldwide. Our NCMA CPCM exam questions give you the knowledge and confidence needed to succeed on the first attempt.

Train with our NCMA CPCM exam practice tests, which simulate the actual exam environment. This real-test experience helps you get familiar with the format and timing of the exam, ensuring you're 100% prepared for exam day.

Your success is our commitment! That's why DumpsProvider offers a 100% money-back guarantee. If you don’t pass the NCMA CPCM exam, we’ll refund your payment within 24 hours no questions asked.
 

Why Choose DumpsProvider for Your NCMA CPCM Exam Prep?

  • Verified & Up-to-Date Materials: Our NCMA experts carefully craft every question to match the latest NCMA exam topics.
  • Free 90-Day Updates: Stay ahead with free updates for three months to keep your questions & answers up to date.
  • 24/7 Customer Support: Get instant help via live chat or email whenever you have questions about our NCMA CPCM exam dumps.

Don’t waste time with unreliable exam prep resources. Get started with DumpsProvider’s NCMA CPCM exam dumps today and achieve your certification effortlessly!

Free NCMA CPCM Exam Actual Questions

Question No. 1

Interest-based negotiation, mediation, mini-trial, nonbinding arbitration, and binding arbitration are all examples of what procedure to resolve issues in controversy?

Show Answer Hide Answer
Correct Answer: B

The correct answer is B (Alternative dispute resolution) because, according to NCMA Contract Management Body of Knowledge (CMBOK), Alternative Dispute Resolution (ADR) encompasses a range of structured processes used to resolve disputes outside of traditional litigation. These methods are designed to be more efficient, cost-effective, and collaborative.

ADR includes techniques such as interest-based negotiation, mediation, mini-trials, nonbinding arbitration, and binding arbitration, all of which are explicitly listed in the question. These approaches allow parties to resolve disagreements while preserving business relationships and avoiding the time, expense, and adversarial nature of court proceedings.

CMBOK emphasizes that ADR is a critical tool in the post-award phase, where disputes may arise during contract performance. By using ADR, contract managers can address issues such as performance disagreements, interpretation disputes, or claims in a manner that promotes mutual understanding and timely resolution.

Option A (reconciliation) is not a formal dispute resolution framework. Option C (business counseling) is unrelated to dispute resolution processes. Option D (civil litigation) refers to formal court proceedings, which ADR seeks to avoid.

CMBOK highlights that effective use of ADR supports risk management, cost control, and relationship preservation, making it a preferred approach for resolving contractual disputes efficiently and professionally.


Question No. 2

A new design for an article of manufacture may be legally protected from use by others using a __________.

Show Answer Hide Answer
Correct Answer: A

The correct answer is A (patent) because, under contract management and intellectual property principles reflected in NCMA CMBOK, a patent provides legal protection for new inventions, including designs of articles of manufacture. A patent grants the owner exclusive rights to make, use, sell, or license the invention for a specified period, thereby preventing unauthorized use by others.

In the Pre-Award phase, contract managers must carefully evaluate intellectual property (IP) considerations, especially when contracts involve research, development, or innovative products. Proper identification and protection of IP rights---such as patents, copyrights, trademarks, and trade secrets---are essential to ensure that ownership, usage rights, and licensing terms are clearly defined in the contract. A patent specifically applies to novel, useful, and non-obvious inventions or designs, making it the appropriate mechanism for protecting a new manufactured article design.

Option B (license) is incorrect because a license does not provide protection itself; rather, it grants permission to use IP owned by another party. Option C (nondisclosure agreement) protects confidential information but does not grant exclusive ownership rights over a design. Option D (trademark) protects brand identifiers such as names, logos, or symbols---not the design or functional aspects of a manufactured item.

Therefore, within CMBOK-aligned contract management, a patent is the correct legal tool to protect a new design from unauthorized use.


Question No. 3

When the buyer has a requirement for items or services and has entered into a contract with a seller to fulfill this requirement, but elects to satisfy the requirement from a different source, the buyer __________.

Show Answer Hide Answer
Correct Answer: A

The correct answer is A because, under NCMA CMBOK principles, once a valid contract is formed, both parties are legally obligated to perform according to its terms. If the buyer decides to obtain the required goods or services from another source without proper contractual justification or modification, this action constitutes a breach of contract.

In the post-award phase, contract performance must align strictly with agreed terms unless formally changed through authorized mechanisms. If the buyer unilaterally bypasses the contracted seller and fulfills the requirement elsewhere, they fail to honor their contractual commitment, exposing themselves to potential legal remedies such as damages for nonperformance.

Option B is incorrect because an option clause allows the buyer to extend or add work under predefined terms, not to replace the contractor. Option C refers to reprocurement, which is typically a remedy available to the buyer when the seller defaults, not when the buyer chooses another source voluntarily. Option D involves the changes clause, which permits certain unilateral modifications within scope, but not the complete diversion of work to another supplier.

CMBOK emphasizes that proper contract administration requires adherence to legal obligations, and any deviation must be handled through formal contract modifications or termination procedures, not informal substitution of sources.


Question No. 4

Maintaining configuration control of the contract and subsequent contract performance are features of the __________ process.

Show Answer Hide Answer
Correct Answer: B

The correct answer is B (Manage Changes) because, according to NCMA Contract Management Body of Knowledge (CMBOK), the manage changes process is responsible for controlling and documenting all modifications to the contract throughout its lifecycle. This includes maintaining configuration control, which ensures that any changes to contract requirements, scope, schedule, or pricing are properly reviewed, approved, and implemented.

Configuration control is a critical component of contract management because it ensures that both parties are working from the current, authorized version of the contract. Without effective change management, inconsistencies can arise, leading to misunderstandings, performance issues, and disputes.

CMBOK emphasizes that the manage changes process includes activities such as evaluating change requests, assessing impacts on cost, schedule, and performance, obtaining necessary approvals, and updating contract documentation. This process ensures that contract performance remains aligned with agreed-upon terms even as changes occur.

Option D (Change Control) is related but is not the formal process name used in CMBOK. Option A and C are unrelated to configuration management.

CMBOK highlights that effective change management during the post-award phase is essential for maintaining contract integrity, controlling risk, and ensuring successful performance outcomes.


Question No. 5

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.

Did Offeror B have a basis to argue that the buyer's cost realism analysis was unreasonable and inconsistent with the RFP?

Show Answer Hide Answer
Correct Answer: C

The correct answer is C because, under NCMA CMBOK principles, a cost realism analysis must evaluate whether proposed costs are realistic for the work to be performed and consistent with the offeror's technical approach. In this scenario, Offeror A proposed lower-than-average compensation rates while also claiming a high incumbent workforce capture/retention rate. These two elements appear inconsistent, since lower compensation could undermine the ability to retain qualified incumbent personnel.

CMBOK emphasizes that evaluators must assess whether an offeror's cost proposal aligns with its technical assumptions, including staffing plans and retention strategies. If an offeror proposes unrealistically low labor rates while simultaneously asserting strong workforce retention, this creates a disconnect that should be analyzed and documented during cost realism evaluation.

Option A is incorrect because price differences alone do not establish unreasonableness. Option B is insufficient because merely discussing compensation does not ensure proper realism analysis. Option D is incorrect because cost realism must be integrated with technical evaluation, not treated in isolation.

CMBOK highlights that a defensible cost realism analysis requires consistency between cost and technical proposals, ensuring that proposed costs are credible and performance is achievable, which is critical during the award phase.


100%

Security & Privacy

10000+

Satisfied Customers

24/7

Committed Service

100%

Money Back Guranteed