Riftur

RFQ Compliance Review for Federal Evidence Logistics Proposal

Solicitation NameNationwide Evidence Storage, Transportation, Disposal Management Services
Solicitation LinkSAM.gov
IndustryNAICS 48-49 - Transportation and Warehousing

This solicitation centers on nationwide evidence and property logistics where chain-of-custody, secure storage, transport responsiveness, and controlled disposition must be executed under strict federal timelines and documentation rules. The Phase I submission is evaluated mainly on relevant experience, past performance, and a small business subcontracting plan summary, with several administrative certifications acting as gating items. The current draft shows solid narrative alignment to the operational concept, including custody handling, tracking, and general security posture. However, multiple instruction-level and data-specific requirements are still placeholder-based or conditional, which makes the quote harder to evaluate and increases the chance of being found non-responsive. The highest risk is not narrative weakness, but missing or unverified proof points that the RFQ treats as eligibility or acceptability thresholds. The most consequential exposure is within Factor 1, where the draft does not yet demonstrate recency and the minimum dollar-value threshold that the Government explicitly uses to define “relevant.” Periods of performance and contract values remain unpopulated, so evaluators cannot confirm “within three years” or that at least one prime effort meets the $5M minimum. That creates a real possibility that one or more experience narratives are deemed non-relevant regardless of how well the work description matches the SOW. The “prime” and “Federal” qualifiers are also not locked down in the required data fields, which can force evaluators to infer key discriminators rather than verify them quickly. In a down-select, that inference gap typically reduces confidence ratings and can eliminate an otherwise capable offeror from Phase II consideration. Several gating or near-gating administrative items are also incomplete in ways that are easy to overlook but hard to excuse at evaluation. SAM eligibility is not affirmatively stated, and a UEI placeholder alone does not satisfy the instruction emphasis on active registration and completed representations and certifications by the close date. The cover page signature and the virus scan certification contain template placeholders, which can convert a compliant intent into a non-compliant submission if left unresolved at delivery. Page limit control is not demonstrated, and any overage risks key content not being evaluated, which is especially damaging for Factor 2 and Factor 3 where the limits are tight. These issues matter because they affect basic evaluability and responsiveness, not just scoring nuances. Factor 3 presents a material acceptability risk because the draft does not commit to a single business-size posture and does not include the required plan content if the offeror is other-than-small. Leaving both conditional paragraphs in place signals uncertainty about applicability, and the absence of the required attachment-based plan can be treated as “unacceptable,” which the RFQ indicates can remove a submission from consideration. Even if a plan is required and later provided elsewhere, the Phase I volume is supposed to be self-contained and evaluated as written. Separately, several SOW-derived commitments that inform evaluator confidence are currently partial, such as explicit response and pickup SLAs, 1-business-day TDL acknowledgment, specific incident-report data elements, and 36-month access-log retention. The draft generally describes these functions, but missing the exact timelines and required fields can be read as a lack of mastery of the Government’s operating constraints in a high-risk chain-of-custody environment.

Output Analysis

This analysis maps solicitation_text.docx (the RFQ/SOW and quote instructions) requirements applicable to Phase I Volume I against the content provided in input_proposal.docx. The methodology follows an RFP/RFQ compliance matrix approach: (1) extract explicit “shall/must” requirements and instruction-based submission requirements; (2) map each requirement to draft evidence, quoting the closest draft language; (3) assign a coverage status (Covered / Partially Covered / Gap / Not Applicable to Phase I) and a materiality level reflecting evaluation or eligibility impact. Particular emphasis is placed on Volume I instructions (Factors 1–3), mandatory submission certifications (virus scan, macros, quotation validity, signed cover page), and any gating items that can render the quote non-responsive. Requirements that are clearly Phase II (oral technical factor and Volume III pricing) are segregated as “Not Applicable to Phase I,” but are flagged where the Phase I draft content could create future inconsistency. The output also identifies latent compliance risks where the draft asserts capability but does not provide the specific evidentiary artifacts demanded (e.g., MOUs/leases, facility physical security plan details). Recommendations focus on making Volume I self-contained and “one-to-one” aligned with the solicitation’s evaluation criteria to prevent non-responsiveness or loss of confidence rating.

Meta-Data & Document Alignment Snapshot

Itemsolicitation_text.docxinput_proposal.docxAlignment / Notes

RFQ / Requirement

RFQ 75F40126Q00006; Nationwide evidence storage/transport/disposal/management services; FAR Part 12 commercial RFQ

Matches RFQ number and requirement title on cover page

Aligned

Phase / Volume in scope

Phase I – Volume I (Factors 1–3) due 10:00 AM ET Mar 31, 2026; validity through Jul 31, 2026

Labeled “Volume I (Phase I Submission)” and includes Factors 1–3; validity through Jul 31, 2026

Aligned

File-type instruction (Phase I)

Technical quotation submitted as .docx and .pdf; cost/price as .xlsx (Volume III)

Draft is .docx text; includes macro-free and virus scan certification; no pricing content present

Aligned for Volume I separation; ensure PDF companion produced

Gating rule: macros prohibited

No macro-enabled docs; macro presence can render submission non-responsive with no correction opportunity

Explicit certification: no macros; acknowledges consequence

Aligned

Gating rule: SAM active registration

Quoters must have active SAM registration w/ reps & certs by close date or not considered

Cover page has placeholder for SAM UEI but no affirmative SAM active registration statement

Gap (eligibility risk)

Evaluation model

Phase I advisory down-select based on Factors 1–3; must be complete/self-contained

Draft provides narratives but with placeholders and some missing required attributes (e.g., recency, $5M min)

Partial

Phase I – Volume I Submission Instruction Compliance (Administrative/Format/Certifications)

Requirement (Instruction)Reference (solicitation_text.docx)Draft Evidence (input_proposal.docx)StatusRisk if Unmet

Quote marked valid until at least July 31, 2026

10.2(2) Volume I instructions

Cover page: “Quotation Validity… through July 31, 2026.”

Covered

Low

Cover page signed by authorized individual with binding authority

10.2(8)

Authorized Signatory block present with signature/date lines; not actually executed in draft text

Partially Covered

Medium (if submitted unsigned → non-responsive)

Include required statement: solicitation terms acceptable without modification

10.2(8)

Statement included verbatim on cover page

Covered

Low

Virus scan certification must identify product, version, scan date

10.2(4)

Certification includes placeholders for product name, version, definitions date, scan completion date/time

Partially Covered

Medium (placeholders or missing specifics can be deemed non-compliant)

Submission must be macro-free; acknowledge FDA cannot open macros; no correction time

10.2(5), 5.1(a)

Explicit macro-free certification and acknowledgement

Covered

Low

Email size/numbering awareness (<=50MB; sequential emails)

10.2(5)

Acknowledges limitation and sequential numbering plan

Covered

Low

Volumes must remain distinct; Volume I must not reference pricing

10.2(7)

No pricing discussed; mentions TDL pricing generally (operational) but not proposal pricing

Covered

Low

Factor responses must contain all evidence; Government may evaluate only what is in that factor; one-to-one mapping

10.2(13)

Narratives are descriptive but not explicitly cross-walked to each required criterion (prime/Federal/recency/$5M)

Partial

Medium (confidence reduction / missing compliance evidence)

Indicate whether proposing CTA or subcontractor if used

10.2(11)

Subcontracting approach described; no explicit CTA/subcontractor identification for Phase I (names, roles)

Gap (unless none)

Low–Medium (clarity / evaluation)

Volume I must be clearly marked with Offeror name, volume number, solicitation number

10.2(6)

Title indicates Volume I; cover page includes RFQ number; Offeror name placeholder present

Partial

Low

Do not exceed page limits (Cover 2; F1 10; F2 1; F3 2)

10.2(3)

No pagination provided; unknown compliance; content length may exceed if expanded

Unknown / Potential Gap

Medium (excess pages not evaluated)

Factor 1 – Relevant Experience Requirement Coverage Matrix (Phase I)

RequirementReference Criteria Requirement TextDraft EvidenceCoverage StatusGap / Comment

Provide exactly three (3) separate relevant experience narratives

10.2(3) Factor 1 instructions

Three narratives provided (Narrative 1–3)

Covered

Ensure each is distinct and within last 3 years

Recency: experiences must have occurred within last three (3) years

Factor 1 instructions

Periods of performance are placeholders; no dates provided

Gap

Add actual PoPs and confirm within 3-year window; otherwise can be found non-relevant

At least two experiences where Offeror was PRIME

Factor 1 ‘Type’ definition

Each narrative states prime in narrative text, but fields include placeholders and do not explicitly mark prime/sub status; no statement “Prime” in required data fields

Partially Covered

Make prime role explicit in each narrative header and in Contract Type field

At least one experience must be a Federal Government contract

Factor 1 ‘Type’ definition

Narrative 1 described as “Federal contract” but contracting activity field is placeholder; Narratives 2/3 could be non-federal

Partially Covered

Name the federal agency and provide contract number/CO contact; ensure at least one clearly Federal

Scope alignment: experience must be same/like SOW task areas (management, transportation, storage, disposal)

Factor 1 ‘Scope’ definition; SOW 2.2.1–2.2.4

Narratives include management/QC/incident reporting, transport (24/7 dispatch), storage (facility types), and disposition/destruction/release

Covered

Consider adding explicit bullets mapping each narrative to SOW Task Areas

Complexity: multiple concurrent nationwide storage/transport/destruction

Factor 1 ‘Complexity’ definition

Narratives state nationwide/dispersed, concurrent moves; references surge/emergent operations

Partially Covered

Quantify concurrency (e.g., #states/sites, #moves/month, #destructions) to evidence complexity

Dollar value: at least one narrative minimum $5,000,000 where Offeror was prime

Factor 1 ‘Dollar Value’ definition

All values are placeholders; no confirmation of >=$5M

Gap (material)

Provide at least one contract with total value >=$5M and prime role explicitly; otherwise noncompliant with stated requirement

For each experience: include 10 required data elements (contracting activity, performer, contract #, type, values, task order value, CO contact, COR contact, ACO contact, PoP)

Factor 1 list items 1–10

Template includes all 10 fields for each narrative but all fields are placeholders and may be incomplete (e.g., ACO N/A acceptable)

Partially Covered

Populate all fields with real info; ensure phone/email provided; if subcontract then include prime contact per instruction

If subcontract: provide prime contractor contact info (not customer)

Factor 1 instruction parenthetical

Draft does not indicate whether any narrative is subcontract; fields are generic

Unknown / Potential Gap

If any are subcontracts, ensure the contact info is for the prime contractor as required

Describe work performed solely by Offeror (not team)

Factor 1 instruction

Narratives generally describe Offeror actions; mentions subcontractors but keeps prime accountability

Covered

Add explicit statement: “Work described below was performed by [Offeror]” to remove ambiguity

Chain-of-custody handling expectations aligned to SOW (verify, discrepancies, do not refuse custody)

SOW 2.2.2(h)-(i)

Narrative 1: verify documents; discrepancies elevated; do not refuse custody; document discrepancies

Covered

Good alignment; consider mirroring exact SOW terms (conditional/administrative custody annotations)

Electronic tracking system fields (case #, location, start date, storage type, footprint/sq ft)

SOW 2.2.2(e), 2.2.3(g)

Narrative 1 includes case number, storage start date, location within facility, storage type, footprint; Narrative 3 mentions exact location identification

Covered

Add ‘assigned square footage’ explicitly to match SOW

Access logbooks with required fields and 36-month retention after disposal

SOW 2.2.1(f)

Narrative 2 describes visitor logging fields but does not mention 36-month retention duration

Partially Covered

Add retention requirement statement to demonstrate familiarity/compliance

Incident/adverse incident reporting required elements (APV/FM V, etc.)

SOW 2.2.1(e)

Narrative 1 mentions incident reports with loss/damage description, date/time, location, probable cause, financial impacts; does not mention APV/FM V or witness names/collections from vendors

Partially Covered

Add full data elements to align with SOW incident report schema

Transportation: 24/7 dispatch and 90-minute response; pickups within 12 hours after COR approval

SOW 2.2.2(b)

Draft states 24/7 dispatch and tight pickup timelines; does not commit to 90-minute pricing response or 12-hour pickup SLA

Partial

Add explicit commitment to 90 minutes response and 12-hour pickup (or explain constraints and waiver process)

Factor 2 – Past Performance (Phase I) – Instruction Compliance

Requirement / ExpectationReferenceDraft EvidenceStatusRisk / Note

Acknowledge Gov will evaluate using CPARS for Factor 1 contracts; may consider other sources; risk-based assessment

Factor 2 instructions

Draft mirrors Government approach and defines performance risk; offers to support verification

Covered

No major gaps

Offeror may provide additional CPARS evaluations

Factor 2 instructions

Draft does not include attachments/summaries of CPARS beyond narrative statement

Optional / Not Provided

Low (optional) but can strengthen confidence

Keep Factor 2 within 1 page limit

10.2(3) page limits

No page control shown; content appears concise

Unknown

Ensure final formatting meets 1 page

Factor 3 – Small Business Subcontracting Plan (Summary Narrative) – Compliance vs Instructions

RequirementReferenceDraft EvidenceStatusGap / Comment

If small business: not required to submit plan; if other-than-small: must submit completed HHS plan using Attachment D

Factor 3 instructions; FAR 52.219-9 ref

Draft contains both conditional paragraphs (small vs other-than-small). Does not declare actual status and does not include Attachment D content.

Gap (material)

Select applicable status, remove the inapplicable paragraph, and include required Attachment D plan if other-than-small

Narrative not to exceed 2 pages summarizing plan for labor portion

Factor 3 instructions; page limit 2

Narrative provided but includes conditional text; no confirmation of page length

Partially Covered

Finalize to <=2 pages

Plan must be meaningful/substantive/feasible; identify small business participation tied to discrete work packages

Factor 3 evaluation criteria

Narrative describes approach (work packages, utilization reviews) but does not identify specific small businesses or target percentages/goals

Partially Covered

Add measurable commitments aligned to goal categories or explain approach with quantified targets

Include all small businesses specifically identified in plan

Factor 3 instructions

No named small businesses included

Gap (if intending to name any)

If identifying firms, list them in Attachment D and ensure consistency

Demonstrate compliance/attainment under prior subcontracting plans and FAR 52.219-8 utilization

Factor 3 evaluation criteria

Narrative asserts commitment but provides no prior performance metrics

Gap

Add evidence: prior ISR/SSR outcomes, goal attainment rates, corrective actions if any

Key SOW/Contract Requirements Referenced in Phase I Draft – Coverage & Missing Specific Commitments

SOW/Contract Requirement AreaReference (solicitation_text.docx)Draft Mentions?Coverage StatusWhat’s Missing / Why It Matters

TDL governance: acknowledge receipt within 1 business day; provide pricing per TDL; execute upon approval; disposal requires up to 3 quotes incl labor/FFP/ODCs

SOW 2.2.1(1)

Draft mentions TDL-driven execution and pricing model generally; does not state 1-day ack or 3 quotes requirement

Partial

Add explicit operational commitment to TDL timelines and disposal quote requirement

Monthly QC inspection records and monthly electronic submission upon request incl defects/corrections summary

SOW 2.2.1(c) + Deliverables 2.4

Draft mentions scheduled/unscheduled inspections and corrective actions; does not commit to monthly submission format/summary

Partial

Add deliverable commitment and format governance

Complaint process with investigation, feedback, include COR contact info in responses

SOW 2.2.1(d)

Draft mentions complaint intake/investigation/response mechanism; does not state COR contact included

Partial

Add explicit ‘include COR contact info’ in complaint responses

Access logbooks: specific fields; retain 36 months after disposal

SOW 2.2.1(f)

Draft mentions visitor logging fields and restricted access; no retention term

Partial

Add retention and availability on request

Physical security must meet Section 1.5 Facility Constraints; physical security plan required with addresses, description, photos

Facility Constraints – Physical Security Requirements

Draft references secure facilities and access controls; no physical security plan details or facility addresses/photos

Gap (for Phase II technical; not required in Volume I but affects overall readiness)

Even if Phase II, begin preparing; could affect confidence rating later

Loss/theft/damage reporting within 24 hours; police report within 24 hours after receiving; replace/repair/pay within 20 days

Facility Constraints – Physical Security Requirements

Draft mentions incident reporting but not the 24h/20d specifics

Gap

Add these SLAs to show compliance awareness

Facility location constraint: contractor-owned/leased agreements for all 50 states and territories; MOUs/leases required at quotation submission

Facility Location and Performance Area Constraints; Indoor Storage Requirements (MOUs/Leases)

Draft claims nationwide readiness; does not provide MOUs/leasing agreements evidence

Gap (potentially material, solicitation says ‘must have’ when submitting quotation)

If interpreted as required with quotation, absence risks non-responsiveness; at minimum clarify availability and provide evidence list

24/7 central telephone and fax; answering service acceptable if transfers within 5 minutes; response within 30 minutes of FDA contact

SOW 2.3(l) and constraints (c)

Draft states 24/7 call intake/dispatch; does not mention fax, 5-minute transfer, or 30-minute response

Partial

Add explicit contact modalities and response SLA

Transportation SLA: respond to verbal TDL within 90 minutes; pickups within 12 hours; delivery within 3 business days; no unattended vehicles

SOW 2.2.2(b),(g),(h)

Draft mentions 24/7 dispatch, tight pickup, no unattended vehicles, route planning; not 90-min and 12-hour explicit; not 3 business days explicit

Partial

Add explicit SLAs or waiver process

Waiting time charges: 3 hours free; then per 30 minutes; limitations on drivers

SOW 2.2.2 Waiting Time Charges

Not addressed

Gap

Address in pricing volume later; for technical, demonstrate understanding to reduce pricing risk

Hazmat: discovery notification by COB day of discovery; DOT placarding; RCRA permits; spill reporting to fire dept and COR; liability

SOW 2.2.2(f), 2.2.3(i)-(l)

Draft references DOT hazmat rules and RCRA-related obligations generally; no specific notification/spill steps

Partial

Add specific triggers, timelines, and reporting chain

Transition-out plan option content

SOW 2.2.5

Not addressed in Volume I

Not Applicable to Phase I (but future)

Prepare for Phase II / post-award compliance

Non-Responsiveness / Eligibility Risks (High Materiality Findings)

Risk IDIssueReferenceObserved in input_proposal.docxImpactRecommended Fix (no timeline)

NR-1

SAM registration requirement not affirmed

I.3 SAM active registration required; unregistered quotes not considered

UEI field placeholder only; no statement that SAM is active with reps/certs completed

Quote may be rejected as ineligible

Add explicit statement: active SAM.gov registration, UEI, reps/certs complete as of submission; ensure UEI populated

NR-2

Factor 1 $5,000,000 minimum prime narrative not evidenced

Factor 1 instructions (Dollar Value)

All dollar values placeholders; no narrative explicitly meets $5M minimum

Could be evaluated as non-compliant with Factor 1 instruction; lower confidence / elimination risk

Populate at least one prime contract >=$5M; explicitly state dollar value and prime role

NR-3

Recency (within 3 years) not demonstrated

Factor 1 instructions

Periods of performance placeholders

Relevance may be downgraded or deemed not meeting instruction

Provide actual PoPs and highlight recency compliance

NR-4

Small business subcontracting plan applicability not determined; Attachment D plan not included if required

Factor 3 instructions; unacceptable → removed from consideration

Draft contains both small/other-than-small conditional paragraphs; no plan attachment

If other-than-small and plan missing → unacceptable → removal

Declare business size; include completed Attachment D plan if required; keep narrative consistent

NR-5

Cover page signature not executed in final submission

10.2(8) signed by authorized individual required

Signature line blank (template)

Unsigned submission can be non-responsive

Ensure authorized signature and date on final cover page

NR-6

Required virus scan certification details left as placeholders

10.2(4) requires product/version/date

Placeholders remain

Could be deemed non-compliant instruction

Populate actual AV product, version, definition date, scan timestamp

Recommendations to Enhance Alignment (Actionable Improvements)

AreaRecommendationReference DriverExpected Benefit

Volume I cover/eligibility

Add affirmative statements for: SAM active registration; UEI/CAGE populated; email submission compliance; no pricing in Volume I; quote is complete/self-contained

I.3; 10.2(7); 10.2(13)

Reduces eligibility/non-responsiveness risk

Factor 1 compliance proof

For each narrative, add a short compliance header table explicitly stating: prime/sub; Federal vs non-federal; PoP dates (within 3 years); total value (flag the >=$5M prime); SOW task areas covered; concurrency metrics

Factor 1 definitions

Improves one-to-one evaluability and confidence rating

Quantify complexity

Add measurable operational indicators: #states served, #facilities used, #pickups/month, #pallets managed, #dispositions/destructions, avg response times

Factor 1 complexity; SOW SLAs

Strengthens relevance and reduces performance risk perception

Mirror SOW timelines

Explicitly commit (or qualify with waiver process) to: 1 business day TDL acknowledgment; 90-minute response for plain-view seizures; pickup within 12 hours; chain-of-custody copy within 3 days; delivery within 3 business days; loss/theft reporting within 24 hours

SOW 2.2.1(1); 2.2.2(b); 2.4 deliverables; facility constraints

Demonstrates requirement mastery; reduces evaluation uncertainty

Incident reporting completeness

Update adverse incident description to include all required data fields (property description, APV, FMV, witnesses, vendor recoveries, prime costs when Gov liable)

SOW 2.2.1(e)

Shows ability to meet reporting deliverables without rework

Access log retention

Add explicit statement that access logs are maintained per required fields and retained >=36 months after disposal; available to Government on request

SOW 2.2.1(f)

Closes a subtle but explicit compliance requirement

Factor 3 finalization

Remove conditional brackets; declare whether small vs other-than-small; if other-than-small include completed Attachment D plan and summarize with quantified goals aligned to stated socioeconomic categories; include prior attainment evidence where available

Factor 3 instructions and evaluation criteria

Avoids unacceptable rating and improves acceptability

Preparation for Phase II (avoid future inconsistency)

Begin assembling the physical security plan elements (facility addresses, photos, sensors/alarms, access controls) and evidence of MOUs/leases for facilities as the solicitation states they must exist at submission; ensure Volume II lists match Volume I claims

Facility constraints; Factor 4 instructions

Prevents later credibility gaps and supports high confidence rating

Riftur revealed that the submission’s main risk is concentrated in verifiable compliance artifacts and instruction-defined proof points, not in the overall service narrative. It surfaced eligibility and non-responsiveness exposures tied to the missing affirmative SAM active registration statement, an unexecuted authorized signature block, and virus-scan certification placeholders where product, version, and scan timestamps are required. It also flagged evaluability blockers in Factor 1 where recency dates and the $5M minimum prime dollar value are not evidenced, making “relevant experience” impossible to confirm even if the described scope aligns well to the SOW. It identified a high-materiality acceptability gap in Factor 3 because business-size applicability is left conditional and the required Attachment D plan content is absent if the offeror is other-than-small. It highlighted additional compliance slippage where mandatory operational commitments are stated generally but not at the specified thresholds, such as 90-minute response and 12-hour pickup timing, 1-business-day tasking acknowledgment, required incident-report data fields, and 36-month access-log retention. These are higher leverage than general narrative enhancements because their presence determines whether the quote is eligible, complete, and auditable, and whether evaluators can credit the offeror’s claims without assumptions. At the same time, Riftur showed areas already aligned, including macro-free acknowledgement, quotation validity, and broad task-area coverage, which helps isolate where the true submission risk is concentrated.

© 2025 Riftur — All Rights Reserved