Riftur

U.S. Embassy Greece Fuel Delivery RFQ Compliance Gap Analysis

Solicitation NameEUR/ATHENS - Purchase and Delivery of Dutiable Heating Oil
Solicitation LinkSAM.gov
IndustryNAICS 21 – Mining, Quarrying, and Oil and Gas Extraction

This solicitation centers on recurring fuel supply and delivery to U.S. Embassy-managed locations in Greece under an IDIQ structure with an economic price adjustment tied to a published index and a fixed margin. Success depends on two things that evaluators can quickly verify: a fully responsive submission package and pricing that is mechanically evaluable across the base and option periods. The draft shows solid understanding of the operational core, including delivery timeliness, emergency response, safety controls, delivery ticketing, and monthly invoicing concepts. That alignment reduces technical acceptability risk, but it does not, by itself, protect the quotation from rejection or price evaluation distortion. The remaining exposure is concentrated in submission exactness, completion of required forms and blanks, and a small set of clause-driven representations that trigger eligibility and payment consequences. The highest-leverage gaps are the ones that can make the quotation nonresponsive before any technical strengths matter. The submission instructions are only partially mirrored, and missing the exact recipient email or required subject line creates a real risk of misrouting or late receipt, which is typically treated as a hard fail. File-handling constraints are acknowledged generally, but not with the full set of prohibitions, which increases the chance of an attachment being blocked by email controls. The SF-1449 and Section 1 pricing content are described, yet the analysis indicates placeholders and unfilled blanks remain, which can render the offer incomplete or lead to an evaluable-price defect. These are not narrative polish issues; they are threshold compliance elements tied to acceptability and consideration. Pricing and EPA mechanics are mostly aligned in concept, but the draft still carries critical evaluation risk because the government’s LPTA price comparison relies on complete, populated tables and a clean grand total across options. Any missing unit prices, margin values, totals, or the exact “valid on” entry can cause arithmetic errors, force evaluator assumptions, or result in a finding that the quote cannot be evaluated as submitted. The “not to exceed any official rate set by Greek law” pricing cap is only implied, not stated, which can trigger a compliance question because it is a specific contractual safeguard. The EPA process is described, but the weekly adjustment notification requirements are not committed with the same level of specificity as the solicitation, especially the certification/signature by an officer or general partner. These details matter because they affect whether future price adjustments are administratively acceptable and auditable, which directly impacts contract administration and dispute risk. Several compliance items are operationally consequential even though they look “administrative” on paper. The foreign procurement tax representation under FAR 52.229-11, and the related W-14 requirement when applicable, is a major gap because it can lead to withholding, invoice friction, or an incomplete representation set at award. Ordering administration is also under-addressed, including the requirement to accept specific ordering forms under DOSAR 652.216-70 and the mechanics of maximum order limitations and return notice timing under FAR 52.216-19. Contractor identification and identity verification acknowledgments are missing, which can delay onboarding or create compliance findings if personnel require access to facilities or government-controlled areas. Invoicing is largely aligned, but not citing the exact invoice submission address and not fully anchoring the rejection window and routing details increases the risk of preventable payment delays. Overall, the draft is strongest where the government will look for practical delivery performance and safety compliance, and it already supports an “acceptable” technical posture. The award likelihood is more exposed on evaluability and responsiveness, where missing form fields, incomplete pricing schedules, and format-dependent representations can outweigh operational readiness. These gaps also reduce auditability because evaluators need to trace each requirement to a concrete completed form, checkbox, or attachment, not just a general statement of compliance. The most meaningful implication is that the quotation could be scored as nonresponsive or be priced incorrectly despite a capable delivery approach. Tightening the documentary and form-based evidence is therefore the dominant determinant of whether the submission is considered and correctly evaluated.

Output Analysis

This gap analysis maps the explicit submission instructions, SOW/technical requirements, pricing/EPA mechanics, administrative requirements, and mandatory representations/certifications in solicitation_text.docx (Reference Criteria) against the content provided in input_proposal.docx (Draft Document). Requirements were extracted from the solicitation cover letter/instructions, Section 1 pricing schedule and price adjustment/VAT provisions, the Block 20 SOW (ordering, delivery, acceptance, environmental, invoicing, COR/key personnel, price adjustment process), Section 4 evaluation factors, and Section 5 FAR provisions (52.204-24/26 plus other referenced compliance items that create offeror obligations). Each requirement is assessed for evidence in the draft response, categorized as Covered, Partially Covered, or Gap, and paired with risk implications typical to U.S. Embassy overseas fuel delivery contracts (e.g., nonresponsive submission, price evaluation errors, inability to invoice/pay, and compliance exposure). The draft quotation largely tracks the core operational requirements (delivery windows, tickets, emergency delivery, spill kits, monthly invoicing mechanics, SAM/UEI, and telecom reps) and acknowledges the IDIQ/EPA construct; however, several solicitation-specific submission details (email subject line, exact due date/time, file format limitations), certain required form completions/attachments (SF-1449 actual completion, Section 1 blanks, FAR 52.229-11/W-14 if foreign person), and some clause-driven operational/compliance items (Ordering forms per DOSAR 652.216-70, contractor identification requirements, FAR 52.204-9 identity verification if applicable) are not explicitly evidenced or are only broadly acknowledged. Recommendations focus on making the response demonstrably “responsive” by mirroring solicitation language, completing required checkboxes/fields, and adding explicit compliance statements and attachments where the solicitation anticipates them.

Document Metadata & Inferred Context

Fieldsolicitation_text.docx (Reference Criteria)input_proposal.docx (Draft Document)Alignment

Procurement vehicle / type

RFQ (SF-1449) for Commercial Items; IDIQ with firm-fixed-price orders and Economic Price Adjustment (EPA)

Quotation response; states IDIQ/firm-fixed-price orders + EPA index+margin

Aligned

Place of performance

Athens and Thessaloniki, Greece (deliver to Embassy residences/leased properties)

Confirms capability to deliver Athens & Thessaloniki

Aligned

Period of performance / ordering period

Base + 3 option years (Apr 10, 2026–Apr 09, 2030); ordering Apr 20, 2026–Apr 19, 2030

Mirrors base/option dates; mentions ordering Apr 20, 2026–Apr 19, 2030

Aligned

Evaluation basis

Lowest priced, acceptable, responsible; grand total incl. options using estimated quantities and offered pricing formula

Acknowledges LPTA acceptability/responsibility; grand total incl. options

Aligned

Submission method

Email to Athensoffers@state.gov with exact subject line; by Mar 5, 2026 12:00 Athens; attachments PDF/ZIP only; <=25MB; no cloud links

States electronic email submission w/ required subject line and due date/time, segmented emails if needed; claims all docs in PDF

Partially Aligned (email address and exact subject line not shown in draft text)

Submission & Responsiveness Requirements (Instruction-to-Offerors Mapping)

Req IDRequirement (solicitation_text.docx)Draft Response Evidence (input_proposal.docx)Coverage StatusGap/Risk if Unaddressed

SUB-1

Submit quotation electronically by email with subject line “Quotation 19GR1026Q0010 Enclosed” to Athensoffers@state.gov by Mar 5, 2026 12:00 Athens Time

States: transmitted electronically by email with required subject line by stated due date/time (but does not quote exact subject line or email address)

Partial

Risk of nonresponsive submission if subject line/email differs; may be blocked/misrouted.

SUB-2

No quotations accepted after cut-off date/time

Implicitly acknowledged (by stated due date/time)

Partial

If not strictly followed, quotation rejected without evaluation.

SUB-3

Quote must include: (1) SF-1449 (blocks 12,17,23,24,30), (2) Section 1 Pricing, (3) Section 3 additional info, (4) Section 4 additional info, (5) Section 5 reps/certs FAR 52.204-24 & 52.204-26, (6) UEI proof of SAM

Explicit sections covering each item; commits to return SF-1449 with specified blocks; includes UEI placeholder; reps for 52.204-24/26 included; mentions attachments include all items

Partial

If actual SF-1449 and required completed pricing tables/check boxes are not included, could be deemed incomplete/nonresponsive.

SUB-4

File handling limits: attachments only .pdf and .zip; each email <=25MB; no external cloud links

States documents provided in PDF and segmented across emails to comply with 25MB; does not mention .zip or cloud-link prohibition explicitly

Partial

If any non-allowed file types/links included, server may block and cause late/nonreceipt.

SUB-5

Evidence of established business in Greece with permanent address and telephone listing OR plan to establish office within 30 days of award

Provides narrative of established business presence; commits to include documentary evidence; includes placeholders for address/phone

Partial

If documentary proof is missing or phone listing not evidenced, acceptability risk.

SUB-6

Proof of SAM registration including UEI

States SAM registered; provides UEI placeholder and intent to include proof

Partial

If UEI/proof not attached or SAM not active at submission, nonresponsible/no consideration.

SUB-7

Questions must be in English by Feb 13, 2026 to athprocurement@state.gov

Not relevant to quotation content (optional action)

Covered (N/A)

No compliance risk unless questions are needed.

SUB-8

Quotes in English (52.214-34)

Draft is in English; states quotation in English

Covered

Low risk.

Pricing & Economic Price Adjustment (EPA) Requirements Mapping

Req IDRequirement (solicitation_text.docx)Draft Response Evidence (input_proposal.docx)Coverage StatusNotes / Gap Risk

PR-1

Pricing valid on proposal due date; offeror completes validity date (1 day prior to due date index basis)

States pricing valid based on index rate one day prior to due date; uses index reference date Mar 4, 2026

Covered

Ensure the ‘valid on ____’ field in SF-1449 continuation is completed exactly as required.

PR-2

Unit price per 1,000 liters consists of Current Index Rate + fixed Contractor Margin inclusive of all markups

Explicitly states index + fixed margin inclusive of delivery, labor, overhead, profit, insurance, all costs

Covered

Good alignment.

PR-3

Offeror proposes index rate(s) and provides documentation + website to verify current index rate

Proposes Hellenic Petroleum daily issued price for G.O.0.1% Greek territory; commits to published documentation and public reference source

Covered

Consider adding the exact URL(s) and an exhibit screenshot/reference.

PR-4

Index rate used for evaluation is rate 1 day prior to proposal due date; delivery uses rate on delivery date

Explicitly stated

Covered

PR-5

Margin fixed and will not fluctuate with index; only index changes

Explicitly stated; includes no exchange-rate adjustments

Covered

PR-6

Price not to exceed any official rate set by Greek law

Draft references official/index mechanisms and Greek government mandated changes but does not explicitly state ‘not to exceed any official rate’

Partial

May raise compliance question with SOW requirement that price not exceed official rate.

PR-7

Government will make no adjustments due to currency devaluation/FX fluctuation

Explicitly acknowledged

Covered

PR-8

No adjustment requests after final payment

Explicitly acknowledged

Covered

PR-9

EPA adjustments process: weekly written notification to CO with effective prices, copy of official announcement, signature certification by officer/general partner

Draft mentions weekly notifications and certified official announcements; does not explicitly mention officer/general partner certification/signature requirement

Partial

If process is not committed exactly, future disputes/denials of adjustments.

PR-10

Separate VAT line item in contract and invoices; local law dictates portion subject to VAT

Explicitly acknowledged; states VAT separate and excluded from CLIN; will comply with local law

Covered

PR-11

Pricing tables for base and each option year: provide Unit Price and Total Euros for 40,000 liters; compute Grand Total Base+Options

Draft includes placeholders for unit prices/totals and grand total; acknowledges evaluation method

Partial

If blanks not filled in the actual submitted pricing schedule, quotation may be rejected or evaluated unfavorably.

PR-12

Monthly payment upon receipt of proper invoice for deliveries during month

Draft commits to monthly invoicing; acknowledges 30-day EFT terms

Covered

Scope of Work / Operations Requirements Coverage (Ordering, Delivery, Acceptance, Safety, Invoicing)

Req IDRequirement (solicitation_text.docx)Draft Response Evidence (input_proposal.docx)Coverage StatusGap/Risk

OPS-1

Provide high grade dutiable heating oil sulfur 0.1% for Greek territory

Explicitly stated multiple times

Covered

OPS-2

Minimum annual order 10,000 L; maximum annual 40,000 L per period

Explicitly acknowledged

Covered

OPS-3

Minimum per delivery 1,000 L; when tank capacity <1,000 L contractor will use smaller truck

Explicitly acknowledged and capability confirmed

Covered

OPS-4

Ordering: Embassy rep calls contractor 09:00–15:00 Mon–Fri and provides BIN, qty, date/time; orders may be combined by Gov; only CO may place orders; oral initially then written task order within 48 hours

Draft accepts oral initiation + written task order within 48h and only CO orders; does not mention Embassy calling window 09:00–15:00 or BIN data elements explicitly

Partial

Potential misunderstanding of order content (BIN, task order number, etc.) affecting invoicing traceability.

OPS-5

Delivery: within 48 hours of order, between 09:00–14:00 Mon–Fri excl weekends/Greek holidays; emergency within 24 hours if requested; notify ordering office 1 day prior; ensure gov employee present

Draft matches delivery windows, holidays exclusion, emergency 24h, 1-day prior notification

Covered

OPS-6

Equipment: long hose, special wrenches; deliveries per mutually agreed safety standards

Draft commits to equipment readiness and safety adherence

Covered

OPS-7

Personnel: courteous and trained to communicate in English; call Embassy rep immediately at 210-693-4133 if problems

Draft states courteous, trained, English-capable; states will contact Embassy at provided phone number but does not repeat number

Partial

Low risk; but mirroring the phone number reduces ambiguity for drivers.

OPS-8

Inspection/acceptance: COR may inspect at delivery and refuse improperly marked product

Draft acknowledges right to inspect and refuse nonconforming product; mentions marking/traceability

Covered

OPS-9

Delivery ticket must specify quantity, location, date; receiver prints full name, signs; receiver retains copy

Draft commits to delivery ticket content and signature/printed name and copy retention

Covered

OPS-10

If driver attempts to short delivery, contractor agrees to remove driver if requested

Draft acknowledges and commits to internal controls

Covered

OPS-11

Quantity discrepancy: Gov remarks actual quantity on ticket; affects invoicing

Draft acknowledges remark controls invoicing

Covered

OPS-12

Property damage liability for contractor negligence; repair/replace at Gov option

Draft accepts liability and repair/replace

Covered

OPS-13

Guarantee & environmental: constant surveillance with attendant at point of transfer; spill kits on all deliveries; immediate containment/recovery; comply Greek laws; contractor liable for recovery costs/reparations

Draft covers surveillance, spill kits, immediate response, compliance, cost liability, incident reporting to Embassy

Covered

OPS-14

Invoicing: preferred electronic; PDF to VournazouPS@state.gov; PR number required on invoice; EFT in euros within 30 days; beneficiary pays wire fee; payment inquiries contact

Draft states PDF to address identified in addendum; PR number on each invoice; 30-day EFT in euros; beneficiary bears bank charges; does not cite the exact invoicing email or phone

Partial

If invoice sent to wrong email, payment delays; PR omission leads to rejection.

OPS-15

Invoice matching: invoices checked vs delivery tickets and order letter; if missing ticket contractor provides copy; if Embassy can’t verify/trace ordered delivery then no payment and qty credited back to oil held in Embassy name

Draft covers matching, providing missing tickets, and ‘credited and added back’ concept

Covered

OPS-16

Improper invoice due to qty discrepancy: Gov may reject within 15 calendar days; contractor must issue credit note; Govt pays only qty received as per remark

Draft states will issue credit note; references prescribed period but doesn’t explicitly state 15 calendar days

Partial

Could cause disputes if contractor expects a different rejection window.

OPS-17

QASP threshold: no more than one customer complaint per month; contractor responsible for QC

Draft acknowledges QASP and intent to meet performance threshold; mentions rapid corrective action and complaint response

Partial

Does not restate the numeric threshold (<=1 complaint/month). Risk is minor but could be strengthened.

OPS-18

Observance of legal holidays and administrative leave impacts scheduling (DOSAR 652.237-72)

Draft acknowledges legal holidays/administrative leave coordination

Covered

OPS-19

Authorization to operate/licenses/permits (DOSAR 652.242-73)

Draft affirms all authorizations/permits held and maintained

Covered

OPS-20

DOSAR 652.216-70: Government will issue orders using specified forms (OF-347/348 or DS-2076/2077)

Not mentioned

Gap

Potential operational friction if contractor systems can’t accept/recognize these order formats.

OPS-21

FAR 52.216-19 order limitations: Government not obligated <1,000 L; max single/combined/30-day series limits; contractor return notice within 2 days if not honoring

Draft acknowledges 1,000 L minimum and smaller truck note; does not address max order limitation mechanics or 2-day return notice

Partial

Risk of future dispute if large orders arise; could be seen as lack of understanding of IDIQ constraints.

OPS-22

FAR 52.216-22: orders may extend beyond effective period; no deliveries required after 1 year beyond effective period

Draft generally acknowledges completion within time specified; does not mention the ‘one year beyond’ limitation

Partial

Low risk; clause governs anyway but acknowledgement improves clarity.

Representations, Certifications, and Clause-Driven Offeror Commitments (Key Items)

Req IDRequirement (solicitation_text.docx)Draft Response Evidence (input_proposal.docx)Coverage StatusGap/Risk

REP-1

FAR 52.204-26 representation: does/does not provide covered telecom; does/does not use covered telecom (checkboxes in provision)

Draft provides narrative representation ‘does not provide’ and ‘does not use’ after reasonable inquiry

Partial

If solicitation requires completion of actual checkboxes/format on the provision page, narrative alone may be insufficient.

REP-2

FAR 52.204-24 representation/disclosures (only if ‘will’ or ‘does’)

Draft states ‘will not’ and ‘does not’ and says disclosures not applicable

Covered

REP-3

Review SAM excluded parties for covered telecom excluded entities (52.204-24/26)

Draft states acknowledgment to review SAM excluded parties lists and monitor compliance

Covered

REP-4

DOSAR 652.239-801 AI use disclosure: if intends to incorporate AI, disclose purpose, provenance, PII impacts, oversight, testing, etc.; update during performance

Draft states AI not required/intended; commits to notify CO if circumstances change and provide disclosures

Partial

Good stance, but should explicitly state ‘No AI use in performance’ in a checkbox-style compliance matrix if used.

REP-5

DOSAR 652.239-802 vendor lock-in mitigation applies if AI incorporated

Draft states not applicable because no AI use; commits to notify if changes

Covered

REP-6

DOSAR 652.239-803 AI clause obligations (data use restrictions, incident reporting, NIST AI RMF, etc.) apply if AI used

Draft states no AI; commits to notify if changes and comply with protections for government information

Partial

Could add explicit statement that no Gov nonpublic info will be used to train/fine-tune any AI tools if any automation is later introduced.

REP-7

FAR 52.229-11 Tax on Certain Foreign Procurements—Notice and Representation: indicate foreign person status and exemption; submit IRS Form W-14 if foreign person

Not addressed

Gap

If offeror qualifies as ‘foreign person,’ failure to submit representation/W-14 can trigger default 2% withholding and/or render offer incomplete per provision.

REP-8

FAR 52.229-12 (in contract if foreign person): W-14 with each invoice if partial/no exemption etc.

Not addressed

Gap

Payment withholding and invoicing complications; compliance exposure.

REP-9

DOSAR Contractor Identification (email signature, meeting identification, no State logos on business cards)

Not mentioned

Gap

Operational/compliance risk during performance, especially if contractor staff use gov email or attend meetings.

REP-10

FAR 52.204-9 Personal Identity Verification of Contractor Personnel (if personnel require access to gov facilities/systems)

Not mentioned (only general personnel mention)

Gap

If drivers or PM require recurring access/credentials, lack of acknowledgment may delay onboarding.

REP-11

FAR 52.204-13 SAM maintenance; keep registration current

Draft states SAM active and will be maintained; EFT info current

Covered

REP-12

General acceptance of incorporated FAR 52.212-1, 52.212-4, 52.212-5 and addenda

Draft broadly accepts all terms/conditions/clauses incorporated by reference and full text

Covered

Evaluation Factors & Responsibility Evidence Mapping (FAR 9.1-based)

Criterion (solicitation_text.docx Section 4)What the Government looks forDraft Evidence (input_proposal.docx)AssessmentResidual Risk

Adequate financial resources

Ability to finance operations/supply during peak demand

States maintains adequate financial resources and supply arrangements

Partial

No documentary evidence (bank letter/financials) included in text; may be requested.

Ability to comply with performance period / commitments

Deliver within windows despite other commitments

States capability, dispatch resources, scheduling within 48h/24h emergency

Covered

Integrity and business ethics

Satisfactory record

General statement of accuracy; no ethics program detail

Partial

Usually not required for RFQ response, but responsibility determination may seek past performance/records.

Organization/experience/skills

Relevant fuel delivery experience and staffing

States operating continuously in Greek fuel supply market; PM bilingual; trained crews

Covered

Equipment and facilities

Trucks, hoses, spill kits, dispatch

States owned/contracted tankers; smaller trucks; long hose; spill kits

Covered

Otherwise qualified/eligible

SAM active; no covered telecom

States SAM/UEI; telecom representations

Covered

Price evaluation method acceptance

Grand total including options using estimated qty and offered prices

Acknowledges evaluation computation and grand total framework

Covered

Ensure actual numeric totals and margin are populated.

Gap & Overlap Register (Actionable Findings)

Gap IDGap AreaSpecific Missing/Weak Item (solicitation_text.docx)Draft Status (input_proposal.docx)Impact SeverityRecommendation (no timelines)

G-1

Submission compliance

Exact recipient email (Athensoffers@state.gov) and exact required email subject line text; explicit no-cloud-links/.zip allowance

Partially stated generically

High

Add a ‘Submission Compliance’ block that states the exact email address and exact subject line verbatim; explicitly confirm no external links and only PDF/ZIP attachments, each email <25MB.

G-2

Pricing completeness

Populate all blanks: Contractor Margin €/1,000 L; unit price; totals per year; grand total; ‘valid on’ field in SF-1449 continuation

Placeholders remain

High

Complete all pricing fields and include a clean pricing table mirroring the solicitation’s Block 23 continuation, with the evaluation index rate value and source URL.

G-3

SOW pricing cap

Explicit statement that price is not to exceed any official rate set by Greek law

Not explicit

Medium

Add explicit compliance sentence acknowledging the ‘not to exceed official rate’ requirement and how it will be ensured operationally.

G-4

EPA adjustment process details

Weekly notice + copy of official announcement + certification by officer/general partner signature

Weekly notice mentioned; certification signatory not specified

Medium

Commit that weekly notices will be signed/certified by an officer or general partner and will attach the official announcement showing effective date.

G-5

Invoicing routing

Exact invoice submission email in SOW (VournazouPS@state.gov) and PR requirement

Email not specified; PR addressed

Medium

State the exact invoicing email and confirm invoices will include all FAR 32.905(e) elements and VAT as separate line item.

G-6

Discrepancy handling window

Government may reject improper invoice within 15 calendar days

Period referenced but not stated

Low

Add explicit acknowledgment of the 15-calendar-day rejection window and credit note process.

G-7

QASP metric clarity

Performance threshold: no more than one (1) customer complaint per month

Acknowledged generally

Low

Restate the numeric complaint threshold and describe internal complaint logging/corrective action linkage to QASP.

G-8

Ordering forms (DOSAR 652.216-70)

Orders issued via OF-347/348 or DS-2076/2077

Not mentioned

Medium

Acknowledge acceptance of these order forms and ability to process them in dispatch/invoicing workflows.

G-9

Order limitation clause mechanics

FAR 52.216-19: max order limits; 2-day return notice if not honoring

Not addressed

Low-Medium

Add a short compliance statement acknowledging max order limits and the 2-day written notice process if an order exceeds limitations.

G-10

Foreign procurement tax representation

FAR 52.229-11 and potential W-14 submission if ‘foreign person’

Not addressed

High

Determine and state foreign person status; if applicable, include completed FAR 52.229-11 representation and attach IRS Form W-14 as required.

G-11

Contractor identification compliance

DOSAR Contractor Identification clause obligations (email signature, meeting identification, no logos)

Not addressed

Medium

Add explicit acceptance of DOSAR Contractor Identification requirements, including email signature format and prohibition on State logos.

G-12

Personnel identity verification

FAR 52.204-9 Personal Identity Verification (if access needed)

Not addressed

Medium

Add acknowledgment that any personnel requiring access/credentials will comply with PIV procedures and will provide required identity documentation upon request.

G-13

Established business documentary proof

Need evidence of permanent address and telephone listing (or plan to establish within 30 days)

Narrative only; promises evidence

Medium

Include specific documentary exhibits (e.g., business registry extract, utility bill/lease, telephone listing screenshot) and cross-reference them in the cover letter.

G-14

Telecom reps format

Provisions include checkbox representations; narrative may not satisfy form completion expectations

Narrative provided

Medium

Complete and sign the solicitation’s actual provision pages (52.204-24/26) with checkboxes marked, or include a completed reps/certs attachment exactly matching the solicitation format.

Risk Assessment (Procurement & Performance)

Risk IDRiskPrimary Cause (Gap/Weakness)LikelihoodImpactOverall RiskMitigation / Control Recommendation

R-1

Quotation deemed nonresponsive / rejected

Submission instructions not mirrored exactly (email/subject/file constraints); missing required forms/fields

Medium

High

High

Add a compliance checklist; explicitly state email/subject; ensure allowed file types only; include completed SF-1449 and all required sections with no blanks.

R-2

Price evaluation error or unfavorable evaluation

Placeholders in pricing; unclear index value/URL; missing totals/grand total

High

High

Critical

Provide a completed pricing schedule with numeric values; include index documentation snapshot and URL; compute totals for each period and grand total.

R-3

Payment delays

Invoice routing email not specified; FAR 32.905(e) elements not explicitly confirmed; PR/VAT handling errors

Medium

Medium

Medium

Cite exact invoice email; include an invoice template meeting FAR 32.905(e); restate PR and VAT separate line item; confirm beneficiary wire fee responsibility.

R-4

Withholding/tax noncompliance

FAR 52.229-11 not addressed; W-14 not provided if foreign person

Medium

High

High

Complete 52.229-11 representation; attach W-14 if applicable; state exemption basis if claiming.

R-5

Operational disputes on order limits

No explicit acknowledgment of FAR 52.216-19 max order limitations and 2-day return notice

Low

Medium

Low-Medium

Add explicit acceptance statement; define internal process for reviewing order size and responding within 2 days if needed.

R-6

Performance monitoring/QASP disputes

Numeric complaint threshold not restated; QC process not described

Low

Medium

Low-Medium

Restate threshold and provide brief QC/complaint handling SOP outline aligned to QASP.

R-7

Compliance findings during performance

Contractor Identification clause not acknowledged; PIV requirements not anticipated

Medium

Medium

Medium

Add compliance commitments and internal controls (email signature standardization; staff briefing; credentialing readiness).

Recommendations to Enhance Alignment (Consolidated)

Recommendation IDRecommendationTarget Section in input_proposal.docxPrimary Reference Driver (solicitation_text.docx)Expected Alignment Benefit

REC-1

Add a one-page ‘Compliance Matrix’ that enumerates every required submission item and clause-driven representation (SF-1449, Section 1 pricing, Section 3/4/5 items, UEI proof, file-type/size constraints) with exhibit references.

Front matter / after cover letter

Cover letter instructions; Section 3 addendum to 52.212-1

Reduces nonresponsiveness risk; improves evaluator traceability.

REC-2

Insert verbatim the required email subject line and recipient address; explicitly confirm no cloud links and only PDF/ZIP attachments; confirm each email <25MB.

Cover Letter + Attachments list

Submission instructions (email, subject, formats, 25MB)

Prevents submission rejection/technical delivery failures.

REC-3

Complete all pricing blanks and mirror the solicitation’s Block 23 tables (unit price, totals per period, grand total). Provide the actual numeric index rate used for evaluation and the exact verification URL(s).

Section 1 Pricing

Section 1 Prices Block 23; Price Adjustment VII; Definition IX

Eliminates evaluation ambiguity; avoids arithmetic misinterpretation.

REC-4

Add explicit statement: ‘Price is not to exceed any official rate as set by laws enacted by the Government of Greece’ and describe how compliance will be monitored.

Section 1 Pricing or Section 3 Compliance

SOW I (pricing cap)

Closes a technical pricing compliance gap.

REC-5

Strengthen EPA adjustment commitment by stating weekly notices will include: effective dates/prices, copy of official announcement, and certification signed by an officer/general partner.

Section 1 Pricing (Price Adjustment)

SOW VIII(b) / Price Adjustment process

Reduces future disputes; aligns to exact clause procedure.

REC-6

Cite exact invoicing email (VournazouPS@state.gov) and confirm invoices will contain all FAR 32.905(e) elements; attach a sample invoice layout showing PR number and VAT separate line item.

SF-1449 completion section / Invoicing section

SOW V; DOSAR 652.232-70; FAR 32.905(e) reference

Improves payment processing predictability and compliance.

REC-7

Add explicit acknowledgment of: (a) 15-calendar-day improper invoice rejection window, (b) credit note issuance, (c) payment only for quantity in Government remark.

Invoicing and Reconciliation

SOW VI & VII

Reduces reconciliation disputes.

REC-8

Acknowledge DOSAR 652.216-70 ordering forms (OF-347/348 or DS-2076/2077) and confirm ability to process orders received in these formats.

Ordering and Delivery Requirements

DOSAR 652.216-70

Prevents administrative friction and delays in order execution.

REC-9

Add a short clause-acknowledgment for FAR 52.216-19 max order limitations and the 2-day written return notice procedure.

Ordering and Delivery Requirements / T&Cs acceptance

FAR 52.216-19

Clarifies IDIQ operational expectations.

REC-10

Address FAR 52.229-11: explicitly state whether the offeror is a ‘foreign person’; if yes, include completed W-14 and exemption selection; if no, state ‘not a foreign person’.

Representations & Certifications section / Attachments

FAR 52.229-11 and 52.229-12

Avoids withholding surprises and completeness issues.

REC-11

Add explicit acceptance of DOSAR ‘Contractor Identification’ requirements (email signature format, meeting identification, no DOS logos).

Key Personnel / Compliance section

DOSAR Contractor Identification (July 2008)

Reduces compliance findings during performance.

REC-12

Add acknowledgment of FAR 52.204-9 PIV (if any personnel require access) and a readiness statement to provide identity documentation upon request.

Key Personnel / Compliance section

FAR 52.204-9

Reduces onboarding/access delays.

Riftur’s results show that this submission is largely aligned on delivery operations, safety controls, delivery ticket traceability, and the IDIQ/EPA concept, which supports baseline technical acceptability. The same results also isolate several high-impact compliance blockers that are more decisive than narrative improvements, including incomplete pricing elements (unfilled margins, unit prices, totals, and grand total fields) and missing or non-verbatim submission mechanics (exact email address, exact subject line, and full file-type/link prohibitions). Riftur also surfaced offer-form and representation vulnerabilities where format matters, such as checkbox-style completion expectations for covered telecom representations and the absence of the FAR 52.229-11 foreign person representation and potential W-14 attachment. It highlighted clause-driven commitments that affect day-one executability and auditability, including unaddressed DOSAR ordering form acceptance, contractor identification requirements, and personal identity verification acknowledgments if access is needed. These omissions concentrate risk in evaluability, eligibility, and payment acceptance because they can drive a nonresponsive determination, force evaluator assumptions in pricing, or create withholding and invoicing disruptions. At the same time, Riftur clarifies where the submission is already aligned—delivery windows, emergency response, spill prevention, inspection/acceptance, and monthly invoicing mechanics—so effort is not wasted rewriting compliant sections. The net insight is that the submission’s competitive position hinges less on expanding the technical narrative and more on completing and evidencing the exact pricing, forms, attachments, and representations that govern acceptability and administration.

© 2025 Riftur — All Rights Reserved