Riftur

NPS SF1442 Sealed-Bid Compliance Review: Critical Reps Gaps

Solicitation NameInterpretive Overlook Rehabilitation
Solicitation LinkSAM.gov
IndustryNAICS 23 - Construction

This sealed-bid construction procurement emphasizes strict responsiveness on the bid form package, price schedule, and required certifications, not just technical understanding. The submission narrative shows strong alignment on scope, schedule, inspections, bonding amounts, invoicing through IPP, and core labor standards expectations. That strength, however, is concentrated in descriptive commitments rather than the discrete offer-form entries and representations that make a bid eligible at opening. In an IFB environment with no discussions, missing checkboxes, signatures, and certifications are not “fixable later” and can override otherwise solid technical readiness. The results that follow point to a submission that reads compliant but does not yet evidence compliance in the specific places the solicitation evaluates for responsiveness. The highest-risk gaps are the offer-form completion items tied to SF1442 and the Section K representations, because they directly determine whether the Government can accept the bid as submitted. The analysis flags missing evidence of completed SF1442 Blocks 14–20, a populated Block 17 total price and acceptance period value, and concrete Block 19 amendment acknowledgments. It also shows incomplete confirmation of manual signature requirements and related authority cues that support enforceability at opening. Most consequential, the required certification for arms control treaty violations (52.209-13) is not addressed, and the telecom and supply chain representations (52.204-24/26 and 52.204-29) are treated as general compliance statements rather than bid-time representations. These are evaluability blockers in sealed bidding because the Government needs unambiguous, auditable attestations, not intent language. A second tier of gaps creates performance and audit exposure even if the bid is opened and priced: site investigation posture, secondary site wage determination handling, DOI insurance limits, and minimum safeguarding controls under 52.204-21. The narrative signals awareness of these topics, but it does not provide the specific confirmations the solicitation anticipates, such as whether the site visit was attended or an equivalent inspection occurred, whether any offsite work will trigger Davis-Bacon wage determination notices, and the explicit liability insurance dollar limits required before mobilization. Supply chain compliance is described operationally, yet key mechanics like quarterly FASCSA review cadence and rapid reporting timelines are not stated, weakening defensibility if questioned post-award. These omissions matter because they increase the risk of delays at notice-to-proceed, later findings during administration, and disputes over assumptions that should have been priced into a firm-fixed bid. The overall implication is that responsiveness risk is concentrated in forms and reps, while narrative alignment is already comparatively strong.

Output Analysis

This comparison maps the explicit bid submission instructions, representations, and FAR/DOI clause-driven obligations in solicitation_text.docx against the content stated in input_proposal.docx. The Reference Criteria establishes a sealed-bid, firm-fixed-price IFB using SF1442 and requires strict conformance (no alternates), specific submission method/format, bonding, schedule, inspections, invoicing via IPP, and multiple mandatory representations/certifications incorporated through SAM and solicitation provisions. The Draft Document largely mirrors the solicitation’s project understanding, schedule requirements (10-day start/365-day completion), inspection/acceptance, green procurement, bonding amounts, limitations on subcontracting acknowledgement, Buy American, telecom prohibitions, IPP invoicing, and virtual bid opening logistics. Key gaps are concentrated in areas where the solicitation requires completed forms/checkbox representations (SF1442 Blocks 14–20, Block 17 acceptance period, Block 19 amendments, original manual signature per FAR 4.102, Section K provisions such as 52.209-13 certification, and 52.204-24/26 representations) that the Draft Document references but does not evidence as completed. Additional partial coverage exists for certain clause-specific operational requirements (e.g., site visit expectations, secondary site wage rate notification, explicit DOI liability insurance limits, and detailed FAR 52.204-21 safeguarding controls/flowdowns) where the Draft Document provides intent statements but not the specific attestations, processes, or data the solicitation anticipates. The tables below enumerate requirement-level coverage, gaps, overlaps, and associated compliance/award risk, followed by targeted recommendations to improve alignment of input_proposal.docx to solicitation_text.docx without introducing deviations.

Document Metadata & Procurement Posture Alignment

Topicsolicitation_text.docx (Requirement/Baseline)input_proposal.docx (Stated/Provided)Alignment StatusNotes / Risk

Procurement type

Sealed Bid (IFB) via SF1442; award based on price/price-related factors; no discussions (52.214-19)

Acknowledges sealed bid IFB; award based on price/price-related factors; no alternates

Covered

Good alignment; maintain strict conformance language.

Contract type

Firm-Fixed-Price (52.216-1)

States firm-fixed prices for CLINs/options

Covered

Ensure pricing is actually populated in Section B/SF1442 Block 17.

Project scope (high level)

Concrete, trees, boulders, signage, mural, 7 panels/5 pylons, grading/fill, sidewalk replacement; quantities are approximate; contractor responsible for quantities

Restates all major scope elements and the 'contractor responsible for quantities' concept

Covered

Strong technical understanding narrative.

Mandatory wording change

Replace 'substantial completion' with 'final completion' throughout specs

Explicitly acknowledges and commits to comply

Covered

Good; ensure actual bid package/spec markup complies if you submit edited specs.

Project magnitude

$500,000–$1,000,000

Not mentioned

Not Required / Informational

No compliance impact.

Set-aside / NAICS / size standard

Total Small Business set-aside; NAICS 238190; $19M; SAM active at submission/award/performance

States Total Small Business; NAICS 238190; $19M; SAM active; UEI placeholder

Partially Covered

Needs evidence of SAM active + UEI populated in SF1442 Block 14; ongoing active status commitment is stated but should be explicit re: throughout performance.

Bid Submission & Responsiveness Requirements (Section L / SF1442)

Requirement IDsolicitation_text.docx Requirementinput_proposal.docx EvidenceCoverage StatusGap / Corrective Action (for alignment)

L-A (Conformance / no alternates)

Submit offer conforming to solicitation; alternate stipulations/bids not accepted

States deviations/alternatives will not be considered; commits to strict accordance

Covered

None.

L-B (Due date/time & late bids)

Must be received by 03/02/2026 10:00 AM CT; late bids not accepted (52.214-7)

States plan to submit early; acknowledges late bids not accepted; cites bid opening date/time

Covered

None.

L-D.1 (Submission method)

Email to mwromabobids@nps.gov only; other means not accepted

Commits to email submission to correct mailbox

Covered

None.

L-D.2 (Subject line format)

Subject must include solicitation number, project name, email count

States intention to use required subject line format

Covered

Operational; ensure actual emails match.

L-D.3/L-E (Single combined PDF titled BID PACKAGE)

Combine SF1442, amendments, Section B price schedule, SF24, Limitations on Subcontracting worksheet into one PDF titled “BID PACKAGE”

States will provide single combined PDF titled “BID PACKAGE” containing required components

Covered

Ensure attachments actually included and ordered per Section L.

L-D.4 (25MB email limit)

Each email total attachments ≤25MB

Acknowledges 25MB limit

Covered

Operational.

L-E (SF1442 completion)

Complete SF1442 Blocks 14–20c; include SAM UEI in Block 14; total price in Block 17

Narrative references Blocks 14–20 and UEI placeholder; says UEI shall be reflected

Gap

Include completed SF1442 with actual legal name/address/UEI/phone/remit; populate Block 17 with total and acceptance period; execute Block 20 signature/date.

SF1442 Item 17 (Acceptance period)

Insert calendar days for acceptance (≥60); failure to insert defaults to Government minimum

Says will insert acceptance period; does not state the number

Partial

State the intended acceptance period value (e.g., 60+ days) and ensure it is entered on SF1442.

SF1442 Item 19 (Acknowledgment of amendments)

Acknowledge all amendments via Block 19 or signed amendments; must be received by bid due time (52.214-3)

States will acknowledge all amendments in Block 19 or by signed amendment

Partial

Ensure actual amendment numbers/dates are listed or signed copies included; add explicit statement 'No amendments received' only if accurate.

Signatures (FAR 4.102 / 52.214-18)

Original/manual signature by authorized individual; initials for changes; agent authority if applicable

States authorized signer; does not explicitly confirm manual signature/initialing/agent authority evidence

Partial

Add explicit compliance statement that SF1442/SF24 will be manually signed by authorized officer; include evidence if signed by agent.

English / U.S. currency

Submit in English and U.S. currency (52.214-34/35)

Implicitly in English; states pricing rounded to nearest dollar

Partial

Add explicit statement: 'All bid documents submitted in English; prices in U.S. dollars.'

No fax bids

Fax not authorized (52.214-5)

Not mentioned

Gap (minor)

Not required to state, but can include 'No fax submission' acknowledgment if desired.

Performance, Schedule, and Site Visit Requirements

Requirement / Clausesolicitation_text.docx Requirementinput_proposal.docx EvidenceCoverage StatusGap / Clarification Needed

FAR 52.211-10

Commence within 10 calendar days after NTP; complete within 365 days incl final cleanup

Explicitly acknowledges 10-day start and 365-day final completion; includes final cleanup

Covered

None.

FAR 52.236-15

Submit schedule within 5 days after work commences; update; regain schedule without additional cost

Commits to submit schedule in 5 days; update; regain schedule without cost

Covered

None.

FAR 52.242-14

CO may suspend work; claims timing requirements

Acknowledges Government right to suspend; general management statement

Partial

Draft does not address the 20-day notice/claim timing mechanics; optional to add a brief acknowledgment to avoid later misunderstanding.

52.236-27 Site Visit (Construction)

Site visit scheduled; offerors urged/expected to inspect; monitor SAM for changes

Does not state attendance/inspection

Gap

Add statement confirming site visit attendance (if attended) or that bidder inspected site/conditions and accounted for them; if not attended, explicitly state alternative site investigation performed and assumptions minimized.

Secondary site of work (52.222-5 provision)

Notify Gov if intending secondary site work; request wage determination if needed

Not addressed

Gap

State whether any prefabrication/production will occur at a secondary site; if yes, commit to notify CO and request wage determination as required.

Inspection, Quality, and Acceptance Requirements Mapping

Requirement / Clausesolicitation_text.docx Requirementinput_proposal.docx EvidenceCoverage StatusNotes

FAR 52.246-12 Inspection of Construction

Maintain adequate inspection system; keep records; replace/correct nonconforming work; notice re inspection readiness

Commits to adequate inspection system, records, mockups, interim inspections before concealment; final inspection notice 3 days

Covered

Good alignment; includes key interim/final inspection coordination.

Interim inspections (Section G text)

Contact Government rep before covering work; uncover at contractor expense if not inspected

Explicitly acknowledges concealment risk and interim inspection practice

Covered

None.

Final inspection notice timing

Request final inspection in writing minimum 3 calendar days prior

Commits to 3-day written notice

Covered

None.

Acceptance finality/latent defects

Acceptance final except latent defects/fraud/warranty

Not mentioned

Gap (minor)

Not typically required in bid narrative; optional acknowledgment if desired.

Warranty of Construction (52.246-21)

Warranty clause included in solicitation

Mentions submitting warranty of construction at closeout

Partial

Consider explicitly acknowledging compliance with 52.246-21 warranty obligations (scope/duration as specified in specs).

Bonding, Insurance, and Financial Responsibility Requirements

Requirement / Clausesolicitation_text.docx Requirementinput_proposal.docx EvidenceCoverage StatusGap / Risk

Bid Guarantee (52.228-1 / Section L)

20% bid guarantee not to exceed $3M; SF24; identifiable seal and POA seal; failure may render nonresponsive; email copy included

States 20% not to exceed $3M; SF24 with identifiable seals and POA seal; acknowledges nonresponsive risk

Covered

Ensure actual SF24 scan seals are legible.

Performance & Payment Bonds

100% of final award amount; within calendar days after award (Block 12b; solicitation references 10 days in 52.228-1(d) for execution of docs/bonds after forms received)

Commits to provide 100% bonds within timeframe required; references SF1442 Block 12

Partial

Add explicit commitment to provide within the specific number of days required by Block 12b (10 days shown in header excerpt).

DOI Liability Insurance (1452.228-70)

Name insured: Contractor + USA; minimum limits $200k/person, $500k/occurrence, $500k property; certificate w/30-day notice; submit prior to beginning work

Commits to DOI 1452.228-70; 30-day notice; naming parties; 'meeting or exceeding stated limits'

Partial

Draft does not restate the dollar limits; include explicit minimum limits to avoid ambiguity.

Labor Standards & Small Business Set-Aside Compliance

Requirement / Clausesolicitation_text.docx Requirementinput_proposal.docx EvidenceCoverage StatusGap / Clarification Needed

Davis-Bacon (52.222-6 + related)

Comply with wage determination attachment; payrolls and basic records (52.222-8) and related labor standards

Commits to Davis-Bacon; certified payrolls; records incl subs

Covered

Ensure payroll submission cadence and format meets contracting office expectations.

Limitations on Subcontracting (52.219-14 Deviation)

Maintain compliance; submit completed worksheet with bid

Acknowledges clause; commits to compliance; states worksheet included with bid package

Covered

Good; ensure NAICS 238190 threshold (construction by special trade contractors 75% cap to non-similarly situated) is operationalized.

Small business status throughout performance

Active SAM + small business eligibility required at submission, award, and throughout performance

States SAM active; small business set-aside acknowledged

Partial

Add explicit statement: 'We will maintain active SAM registration and small business eligibility throughout contract performance.'

Supply Chain, Domestic Preference, and Telecom/FASCSA Requirements

Requirement / Provision/Clausesolicitation_text.docx Requirementinput_proposal.docx EvidenceCoverage StatusGap / Corrective Action

Buy American (52.225-9 / 52.225-10)

Use domestic construction materials unless exception determined; provide data for exception requests; alternate offer rules (sealed bidding nonresponsive if exception denied)

Commits to 52.225-9; traceability; provide documentation if determination requested

Partial

If any foreign material is anticipated, include the required data table and (if applicable) submit an alternate domestic offer; otherwise state 'no exception requested; all construction materials will be domestic.'

Telecom prohibitions (52.204-25/27; provisions 52.204-24/26 reps)

Prohibit covered telecom/video surveillance; ByteDance covered application prohibition; offeror must complete representations/check boxes and disclose if applicable

Commits to comply operationally; states will ensure no covered telecom is used

Gap

Complete and include the required representations (52.204-24 and/or 52.204-26 as applicable via SAM/solicitation) or state that SAM reps are current and no covered telecom provided/used, consistent with the provisions.

FASCSA (52.204-28/30; provision 52.204-29)

Quarterly (at least every 3 months) SAM review during performance; reasonable inquiry; reporting within 3 business days; subcontract flowdown; offeror representation/disclosure at bid time

States will monitor SAM for FASCSA orders and notify CO; integrate into purchasing/onboarding

Partial

Add explicit commitment to the 'at least once every three months' review cadence and to the 3-business-day reporting requirement if identified; ensure representation 52.204-29 is satisfied via SAM or explicit statement.

Kaspersky prohibition (52.204-23)

Do not use/provide covered products/services

Not mentioned

Gap (minor)

Add a short compliance statement if any IT is used for performance/communication; otherwise state not applicable to deliverables but will comply for internal systems used.

UAS prohibition (52.240-1)

Prohibition on certain UAS manufactured/assembled by covered foreign entities

Not mentioned

Gap

Add statement that any UAS used (if any) will comply; or state no UAS will be used on project without CO approval and compliance confirmation.

Basic Safeguarding (52.204-21)

Implement minimum safeguarding controls for covered contractor information systems; flow down to applicable subcontracts

States flow-down to subcontractors and safeguarding of FCI 'where applicable'

Partial

Draft lacks description of the minimum control set/approach (access control, malware protection, media sanitization, etc.). Add a concise safeguarding approach and confirm flowdown applicability (non-COTS).

Debarment/subcontracting with excluded parties (52.209-6)

Protect Gov interest when subcontracting with debarred/suspended

Not mentioned

Gap (minor)

Add statement that subcontractors/vendors will be screened in SAM exclusions prior to award of subcontracts.

Invoicing, Payment, and Closeout Documentation Requirements

Requirement / Clausesolicitation_text.docx Requirementinput_proposal.docx EvidenceCoverage StatusGap / Clarification Needed

IPP electronic invoicing (Local clause)

Submit payment requests via IPP; attach signed pay application PDF; register via FRBSTL instructions; waiver request if unable (with proposal)

Commits to IPP; states use of pay app document and attaching signed/approved PDF

Covered

If any inability exists, waiver must be requested with bid (not later).

Prompt Payment / construction payments (52.232-5 / 52.232-27)

Payments per clauses; proper invoice requirements apply

Not mentioned

Gap (minor)

Optional acknowledgment; not required for responsiveness.

Final payment conditions (Section G + 1452.204-70)

Final payment only after payrolls (incl subs), SF1413 for each sub, schedule/progress, submittals, test reports, as-builts, warranty, DI-137 Release of Claims (with exceptions)

Lists closeout docs including payrolls, SF1413, schedule, submittals, tests, as-builts, warranty, DI-137 release

Covered

Good alignment.

Options & Pricing Evaluation Requirements (Section B / 52.217-5)

Requirementsolicitation_text.docx Requirementinput_proposal.docx EvidenceCoverage StatusNotes / Risk

CLIN structure

CLIN 00010 Base; 00020 Option 1; 00030 Option 2; provide prices; total price consistent with Block 17; rounded to nearest dollar

States all CLINs; rounding; consistency between Bid Schedule and Block 17

Partial

Narrative does not include actual dollar amounts; ensure the Section B table and SF1442 Block 17 are populated and consistent.

Evaluation of options (52.217-5)

Gov evaluates by adding all options to base unless not in Gov interest; may award any/no options

Acknowledges evaluation method and Gov option award discretion

Covered

None.

Alternate bids not accepted

Alternates prohibited (52.214-18(d); Section L)

Acknowledges no alternatives; commits to conformance

Covered

None.

Representations & Certifications (Section K) – Evidence of Completion

Provision / Representationsolicitation_text.docx Expectationinput_proposal.docx EvidenceStatusRecommended Alignment Action

SAM Reps & Certs (52.204-8 / 52.204-19)

Offeror may rely on SAM; reps must be current/accurate within last 12 months; identify any changes table if applicable

States SAM registration active; does not expressly verify SAM reps current/updated within 12 months for this solicitation

Gap

Add explicit statement: SAM reps/certs reviewed and are current/accurate/applicable to Solicitation 140P6026B0001 as of bid date; identify any changes or state 'no changes'.

Telecom representations (52.204-24 / 52.204-26)

Checkbox representations and disclosures if 'will provide' or 'does use'

General compliance statement only

Gap

Provide the completed representations (via SAM or included pages) and, if applicable, disclosures; otherwise affirm 'will not provide' and 'does not use' after reasonable inquiry.

FASCSA representation/disclosures (52.204-29)

Represent reasonable inquiry completed; disclose if cannot represent compliance

General statement about monitoring and notification

Gap

Add explicit representation that reasonable inquiry completed and no prohibited covered articles/sources will be provided/used; include disclosures if any.

Arms Control certification (52.209-13)

Offeror must check (1) certify or (2) provide separate info; do not submit offer unless certification/information provided

Not addressed

Critical Gap

Include completed 52.209-13 certification selection in bid package (or confirm completed via required mechanism).

Ownership/Control of Offeror (52.204-17) and predecessor (52.204-20)

Applicable as checked by CO in 52.204-8; provide as required

Not addressed

Gap

Confirm completion via SAM or include required responses if solicitation requires separate completion.

Risk Assessment (Responsiveness, Compliance, and Performance Risk)

RiskRoot Cause (Gap)LikelihoodImpactOverall RiskMitigation (Recommendation)

Bid deemed nonresponsive at opening

Missing/incorrect SF24 seals/POA; missing bid guarantee; missing amendment acknowledgment; missing required certifications (e.g., 52.209-13); missing manual signatures

Medium

Very High

Critical

Pre-submission compliance check: SF24 legibility, SF1442 fully executed, amendment list complete, required certifications included/verified via SAM, manual signatures present.

Rejection for incomplete submission package

Failure to include Limitations on Subcontracting worksheet, SF1442 blocks, or combined PDF format requirements

Low-Medium

High

High

Use Section L checklist; generate a single 'BID PACKAGE' PDF with required order and verify attachments.

Post-award compliance breach (FASCSA/889/ByteDance)

Lack of documented supply chain screening cadence/reporting and subcontractor controls

Medium

High

High

Add supply chain compliance procedure: quarterly SAM review, vendor attestations, subcontract flowdowns, and rapid reporting steps.

Labor standards noncompliance finding

Insufficient secondary-site wage determination handling and subcontractor payroll governance

Low-Medium

High

Medium-High

Clarify secondary site plan; implement payroll collection/validation process and flowdowns.

Insurance nonconformance delays NTP

Policy limits/endorsement not meeting 1452.228-70 specifics; certificate not provided pre-mobilization

Medium

Medium-High

Medium-High

Restate and commit to specific DOI limits; pre-arrange endorsement language and certificate contents.

Recommendations to Enhance Alignment (No Timelines)

PriorityRecommendationSpecific Reference Criteria Driver (solicitation_text.docx)Expected Alignment Benefit

High

Include a completed, executed SF1442 (Blocks 14–20c) with actual UEI in Block 14, total price and acceptance period in Block 17, and amendment acknowledgments in Block 19 (or signed amendments).

Section L; SF1442 instructions; 52.214-3; SF1442 Items 17 & 19

Reduces nonresponsiveness risk; satisfies mandatory bid form completion.

High

Submit the completed 52.209-13 Violation of Arms Control Treaties or Agreements certification selection (check box 1 or 2) as required.

Section K provision 52.209-13

Eliminates a solicitation-stated 'do not submit an offer unless' compliance blocker.

High

Provide explicit confirmation that SAM representations and certifications are current/accurate/applicable to this solicitation as of bid date (or include the specific required reps if not relying on SAM).

52.204-8; 52.204-19; Section K instructions

Closes documentation gap around reps/certs reliance and applicability.

High

Complete/affirm the telecom representations (52.204-24/26) and FASCSA representation (52.204-29) with 'reasonable inquiry' language; add disclosures only if applicable.

52.204-24; 52.204-26; 52.204-29; 52.204-25; 52.204-27

Improves compliance posture for Section 889 and FASCSA and reduces award eligibility risk.

Medium

Add a short site investigation/site visit statement (attended the organized site visit or performed equivalent site inspection) and confirm assumptions/conditions accounted for in price.

52.236-27; 52.236-3

Reduces differing-conditions dispute risk; aligns with 'urged and expected' language.

Medium

Address secondary site of work intent (52.222-5): state whether any fabrication/storage yards qualify; commit to notify CO and request wage determination if applicable.

52.222-5 provision

Prevents Davis-Bacon wage determination compliance gaps for offsite work.

Medium

Restate DOI liability insurance minimum limits ($200k/$500k/$500k), insured parties, certificate contents, and 30-day notice endorsement to remove ambiguity.

1452.228-70

Reduces pre-mobilization administrative delays and compliance ambiguity.

Medium

Expand FAR 52.204-21 safeguarding statement into a minimal control approach and confirm flowdown to relevant subcontractors (non-COTS) who may handle FCI.

52.204-21

Improves cybersecurity compliance defensibility if FCI is shared (drawings, schedules, pay apps).

Low

Add brief compliance acknowledgments for 52.204-23 (Kaspersky), 52.240-1 (covered UAS), and SAM exclusion screening for subcontractors (52.209-6).

52.204-23; 52.240-1; 52.209-6

Improves completeness; reduces overlooked compliance exposures.

Low

If no Buy American exceptions are sought, explicitly state 'no exception requested; all construction materials will be domestic' to avoid evaluation complications under 52.225-10.

52.225-9; 52.225-10

Clarifies evaluation posture and reduces risk of nonresponsiveness for foreign material exceptions.

Riftur’s findings show that this submission is closest to compliant where it describes performance intent, but most exposed where the IFB requires completed offer-form commitments that control responsiveness. It surfaced missing or only-referenced SF1442 entries (Blocks 14–20, Block 17 total price and acceptance period, and Block 19 amendment acknowledgment) and signature-specific gaps that affect whether the Government can treat the bid as an enforceable offer at opening. It also identified absent or incomplete bid-time representations and certifications, including the 52.209-13 arms control certification and the 52.204-24/26 telecom and 52.204-29 FASCSA representations, which drive eligibility and auditability more than narrative quality. These are higher-leverage issues because sealed bidding allows little tolerance for post-opening clarification, and a single missing certification or acknowledgment can outweigh an otherwise accurate schedule, scope, and bonding narrative. Riftur also concentrated attention on where performance compliance could later be challenged—site visit posture, secondary site wage notifications, explicit DOI insurance limits, and the minimum safeguarding control set and flowdowns under 52.204-21—each of which affects acceptance of administrative submittals and continuity into NTP. At the same time, it confirmed strong alignment on core construction execution elements such as start/finish timing, inspection coordination, IPP invoicing expectations, and closeout deliverables, clarifying that risk is not evenly distributed across the submission. This separation of “already aligned” operational commitments from “must-be-evidenced” offer-form and representation items makes the evaluability and nonresponsiveness risk visible and bounded.

© 2025 Riftur — All Rights Reserved