Riftur

USACE Riprap Delivery RFQ Proposal Compliance Gap Analysis

Solicitation NameGuttenberg Ponds Rock Supply
Solicitation LinkSAM.gov
IndustryNAICS 21 – Mining, Quarrying, and Oil and Gas Extraction

This solicitation centers on supplying and delivering quarried riprap by barge loading under a commercial-item RFQ, with strict controls on material quality, testing documentation, and riverine loading operations. The draft shows strong technical familiarity with the SOW, especially on delivery logistics, equipment approach, ticketing, and most processing and placement constraints. The main exposure is not the narrative description of capability, but whether the Government can treat the submission as a complete, evaluable quotation on day one. Several items the solicitation treats as required quote-package content are still placeholders or deferred to post-award, which shifts the draft from “technically plausible” to “potentially nonresponsive.” That distinction matters because Part 13 RFQs are often screened quickly for completeness before any deeper reading. The highest-impact gaps are the missing executed offer-form elements and price data needed for award and price evaluation. In its current form, the SF1449 completion is described but not actually provided with real entity identifiers and signatures, and the price schedule still contains placeholders rather than a firm unit price and extended total. Those deficiencies directly block evaluation and can trigger rejection without discussions, because the Government cannot confirm the offeror, bind the price, or document an award decision. Relatedly, the solicitation calls for a completed 52.212-3 Alternate I as quote content, and the draft only promises it later while relying on SAM language. When a provision is explicitly required “with the quote,” evaluators often treat absence as an incomplete submission rather than a minor clarification item. A second concentration of risk sits in the pre-award acceptability items that are framed in the SOW as part of the bid submission, not as post-award submittals. The clearest example is the proposed loading site: the draft commits to designate and submit within seven days after award, but the SOW language signals the Government expects to review the proposed load site and method before award. If that pre-award review cannot occur, the Government may view the quote as nonconforming or may delay award while seeking clarifications, both of which reduce competitiveness in a price-driven procurement. The socio-economic posture also carries eligibility ambiguity because the set-aside labeling is not consistently addressed, which can create avoidable awardability questions if the evaluation depends on a specific category. These are not performance “nice-to-haves”; they affect whether the Government can confidently determine acceptability and eligibility at the time of selection. The remaining gaps are smaller individually but meaningful for auditability and schedule reliability once performance starts. Testing and submittal requirements are largely addressed, yet the draft does not fully lock to the specified reporting artifacts (Attachment plots/worksheets and inclusion of failed tests) or the stated timing commitment to submit gradation submittals at least seven days before delivery. Administrative form control is also slightly misaligned by omitting the required transmittal form, which can lead to rejected submittals and friction even when the underlying technical work is correct. Finally, several clause-driven representations are expressed only as general compliance statements, including Section 889 and FASCSA, and multiple DFARS acknowledgements are absent. In many USACE actions, these omissions do not change the technical solution, but they can still prevent acceptance of the quote package or complicate the Government’s responsibility determination and file documentation.

Output Analysis

Gap analysis mapping the solicitation requirements in solicitation_text.docx (including SF 1449 instructions, SOW technical requirements, delivery and submittal requirements, and incorporated FAR/DFARS provisions) to the vendor’s quotation narrative in input_proposal.docx. Requirements were extracted as discrete, testable obligations (e.g., deliverable content, deadlines, technical specs, QC, delivery operations constraints, and representation/certification items). For each requirement, the draft response was checked for explicit commitment, implied alignment, or absence; results are marked Covered, Partially Covered, Gap, or Potential Conflict. Particular attention was given to (1) required submission contents (SF1449 blocks, price schedule, 52.212-3 Alt I), (2) SOW-required “within 7 days after award” designations/submittals, (3) pre-delivery gradation testing prerequisites and documentation, and (4) solicitation statements requiring items to be provided with the quote (not post-award). Clause-level items were also screened for acknowledgements that may need explicit representations in the quote package (e.g., Section 889/FASCSA reps) even if maintained in SAM. The output includes coverage tables, a consolidated gap register, risk assessment, and targeted recommendations to improve alignment without prescribing timelines.

Document Meta / Context Alignment

Topicsolicitation_text.docx (Reference)input_proposal.docx (Draft)Alignment StatusNotes / Gap Signal

Procurement type

RFQ under FAR Part 13; commercial products/services; SF1449 used

States RFQ under FAR Part 13; firm-fixed-price; evaluated by price

Covered

Good alignment with acquisition approach.

Set-aside category

SF1449 indicates WOMEN-OWNED SMALL BUSINESS (WOSB) at top; also includes 52.219-6 Total Small Business Set-Aside checked

States 'small business set-aside as indicated by FAR 52.219-6'

Partially Covered

Draft acknowledges SB set-aside but does not address WOSB labeling; may be form boilerplate but could create eligibility ambiguity depending on solicitation structure.

CLIN / Quantity

CLIN 0001: 2,000 actual tons rock delivered 03/01/2026–05/01/2026

Commits to 2,000 actual tons; delivery window; FFP unit price per ton

Covered

Matches quantity and window.

FOB / Transportation

FOB Destination; contractor pays transportation

States FOB Destination; transportation paid by contractor; included in unit price

Covered

Explicitly included in unit price.

Inspection/Acceptance

Destination; per SOW

Acknowledges destination inspection/acceptance

Covered

Aligned.

Quote submission method

Email PDF to CO email

States PDF email submission to CO email

Covered

Aligned.

Quote due date/time

Must be received no later than date/time stated; late may be rejected

Mentions responsiveness and deadline, but does not restate actual due date/time

Partially Covered

Not required to restate, but many RFQs expect explicit confirmation of meeting due date/time and quote validity period.

Amendment acknowledgement

Must acknowledge ALL amendments; preferred signed SF30 page 1 included

States will monitor SAM.gov and acknowledge all amendments; return signed pages as PDF when applicable

Covered

Good.

Tax exemption

Do not include sales tax

States no sales taxes included; USACE tax-exempt

Covered

Aligned.

Pricing format

All pricing whole penny amounts

States pricing whole penny amounts

Covered

Aligned.

Mandatory Quote Package Content (per Addendum to 52.212-1) Coverage

Requirement IDRequirement (solicitation_text.docx)Draft Response Evidence (input_proposal.docx)Coverage StatusGap / Improvement Needed

Q-1

Complete SF1449 Blocks 17a-b and 30a-c

Provides narrative placeholder text describing completion; does not provide actual completed blocks/filled identifiers

Partially Covered

Replace placeholders with actual legal name/address/UEI/CAGE and include signed SF1449 (or completed blocks) in the submission package.

Q-2

Complete Schedule of Services (Price Schedule)

Includes a price schedule section with placeholders for unit and total price

Partially Covered

Insert actual unit price and extended total; ensure matches SF1449 blocks 23/24 and CLIN 0001.

Q-3

Complete FAR 52.212-3 Offeror Reps & Certs (DEVIATION 2024-O0002) Alternate I

States it will submit completed 52.212-3 Alt I; notes SAM reps/certs

Partially Covered

Include the actual completed 52.212-3 Alt I with the quote unless solicitation allows SAM-only; the solicitation explicitly says 'Complete 52.212-3 ...' as quote content.

Q-4

All pricing in whole penny amounts

Explicitly stated

Covered

Q-5

Delivery charges included in quoted price, not separately priced

Explicitly stated

Covered

Q-6

Offeror registered in SAM incl. FAR/DFARS reps/certs with applicable NAICS

States active SAM; reps/certs maintained; NAICS applicable

Covered

Q-7

Quotes received after deadline may not be considered

Acknowledges deadline and responsiveness condition

Partially Covered

Consider explicitly stating 'Quote received by [date/time local]' and quote validity period from solicitation.

Q-8

Acknowledge ALL amendments; preferred include signed SF30 first page

Commits to acknowledge all amendments; return signed amendment pages as PDF when applicable

Covered

Q-9

Do not include sales taxes

Explicitly stated

Covered

SOW Technical Requirements Mapping — Riprap Material Quality & Processing

SOW RefRequirement (solicitation_text.docx)Draft Response Evidence (input_proposal.docx)Coverage StatusNotes / Gaps

2.1.1

Durable quarried stone; free from cracks/blast fractures/bedding/seams; crack definition (4 mil wide continuous 1/3 dimension of 2 sides); clean; no refuse

Commits durable quarried stone; free of cracks/blast fractures/bedding/seams/defects; clean; reasonably free of soil/fines/refuse

Partially Covered

Draft does not reference the 4-mil crack criterion; add explicit acceptance criterion to avoid dispute.

2.1.2

Specific gravity 2.55–2.75

Explicitly commits 2.55–2.75

Covered

2.1.3

Max aspect ratio ≤ 3:1; ASTM D4791 as guide

Explicitly commits; references ASTM D4791 as guide

Covered

2.1.4

Gradation within limits per Attachment 2; no objectionable deleterious materials measured for payment

Commits to maintain within specified bounds; references Attachment 2 plot; prevent inclusion of fines

Covered

2.1.5

Submit method of processing at same date as source submittal; must preclude fines/organic; processed per approved method; no quarry-run; process over vibratory grizzly or approved method

Commits not quarry-run; use vibratory grizzly/approved equivalent; exclude fines/organic; exclude poor-quality rock

Covered

2.2

Load tickets from material supplier for each load verifying material meets riprap requirements

Commits to provide load tickets for each load; includes content fields; provide to Govt at arrival

Covered

2.3.1/2.3.1.1

Within 7 days after award designate only one source/combination from Attachment 1 OR single alternative; if alternative rejected must use Attachment 1 at no cost

Commits to designate within 7 days; acknowledges alternative approval process and fallback to approved list at no extra cost

Covered

2.3.1.2

Gov may reject localized unsuitable material even from approved source

Acknowledges Gov right to reject localized unsuitable materials; QC prevents nonconforming loads

Covered

2.3.2

No material from river-facing bluffs visible from Mississippi River

Explicitly commits

Covered

2.4.1

If alternative source: tests may include petrographic/soundness/abrasion/absorption/freeze-thaw etc; Gov performs at Gov expense

Draft states will support geologist evaluation and provide samples; does not explicitly acknowledge Gov-run quality tests at Gov expense

Partially Covered

Add explicit acknowledgement that Gov may perform acceptability testing per 2.4.1 and Contractor will cooperate.

2.4.2

Samples: when directed, obtained in CO presence; delivered at contractor expense; ≥15 days before needed

Explicitly commits to CO presence; contractor expense; ≥15 days advance

Covered

SOW Testing / QC / Documentation Requirements Mapping

SOW RefRequirement (solicitation_text.docx)Draft Response Evidence (input_proposal.docx)Coverage StatusNotes / Gaps

2.5.1

Gradation testing by Contractor at Contractor expense; submit results incl failed tests using gradation plot + worksheet; CO directs time/location unless waived; notify 24 hours before; inform immediately and provide drafts upon request; failed tests not counted

Draft commits: minimum 5,500-lb sample; Method A/B; will not deliver until satisfactory test; notify 24 hours before; inform immediately; provide drafts upon request; failed tests don’t count

Partially Covered

Draft does not explicitly state use of Attachment 3 worksheets/submit failed tests using required worksheet+plot. Add explicit reference.

2.5.5

Obtain & test sample from each source/combination; satisfactory test prior to hauling; min 5,500 lb

Explicitly commits 5,500-lb; prior to hauling; each source/combination

Covered

2.5.6

Testing frequency: 1 satisfactory before bringing onsite + 1 satisfactory during delivery when directed

Explicitly commits one additional during delivery when directed

Covered

2.5.7

Corrective action: adjust operations + verify by tests OR propose another source + verify

Commits to adjust operations, validate correction with testing; segregate suspect material

Partially Covered

Does not explicitly state option to propose another source upon failure (though earlier discusses alternative sources). Add explicit linkage to 2.5.7.

3.5

Establish and maintain QC; maintain records; furnish copies of inspections/tests/corrective actions to Government

States QC lead maintains records and will furnish copies; transparency

Covered

1.5.1

Measurement by ton via approved scale; sensitivity 0.2%; NIST HB44; certified; delivery ticket content; Govt collects ticket; daily report with trucks + total qty

Draft mirrors scale requirements; ticket content; provide copy at arrival; daily report totals

Covered

1.5.2

Submit plan indicating location and proposed schedule of weighing operations for approval

States will submit weighing operations plan as submittal; references approval

Covered

1.4.2

Use ENG Form 4025-R for transmittal; one electronic copy; allow ≥10 working days for review

Draft says will provide one electronic copy; allow ≥10 working days; but references ENG Form 4288 control doc; does not mention ENG Form 4025-R transmittal

Partially Covered

Add commitment to transmit submittals using ENG Form 4025-R (Attachment 5) as required.

1.4.3

Within 7 days after award submit ENG Form 4288 submittal control document aligned to Attachment 4 register; include deviations

Draft explicitly commits to ENG Form 4288 within 7 days; aligned to Attachment 4; include deviations

Covered

SOW Delivery, Site, and Operations Constraints Mapping

SOW RefRequirement (solicitation_text.docx)Draft Response Evidence (input_proposal.docx)Coverage StatusNotes / Gaps

3.1

Within 7 days after award designate/submit for approval method to load rock on barges (machine vs driving onto barge)

Draft commits to designate within 7 days; describes method (long-reach excavator/material handler)

Covered

3.1

CO will notify 15 days in advance; contractor commence no later than 15 days after notice; consecutive workdays; hours 8:00–4:30 Mon–Thu; no weekends/holidays

Draft mirrors all constraints and commitments

Covered

3.1

Provide riprap gradation submittals for approval no later than 7 days prior to delivery to specified location

Draft says will establish gradation compliance prior to delivery and not commence until satisfactory test achieved and submitted for approval; does not explicitly restate '≥7 days prior' requirement

Partially Covered

Add explicit commitment to submit gradation submittals ≥7 calendar days before first delivery date.

3.2

Do not block docks/routes; coordinate access routes with named POC (Stai)

Draft commits coordination and not blocking; names Mr. Christopher Stai

Covered

3.3

Within 7 days after award designate/submit delivery location for approval; load site between RM 605–640; adequate depth; safe mooring; must not impede commercial navigation; intended direct load to USACE barges

Draft commits to designate location within 7 days; adequate depth; not impede navigation; direct load to USACE barges

Covered

3.3

Proposed loading site and method of loading barges must be submitted as part of bid submission and reviewed prior to award

Draft describes proposed approach and states it will submit for approval within 7 days after award; does not clearly state that the proposed load site is included in the quote package for pre-award review

Gap

Add a specific section in the quote identifying the proposed load site location (river mile, state, address/coordinates) and the loading method, expressly 'as part of quote' to satisfy pre-award review language.

3.4

Place material directly from trucks onto USACE barges; rock drop ≤2 ft; uniformly distribute; not acceptable to dump without full/even distribution; recommended long reach excavator/handler

Draft fully aligns; commits controlled placement; ≤2 ft; uniform distribution; long reach excavator/handler

Covered

3.4

Gov supplies 3–4 barges; 120–500 tons per barge typical; barge size 110–120x26–30 ft

Draft acknowledges 3–4 barges; 120–500 tons; mentions constraints

Covered

3.4

If mooring cells/davits not available: provide ≥2 pieces heavy equipment as anchoring points; provide bank wires/lines; fully operational; capable of adjusting barge position

Draft explicitly includes heavy equipment and bank wires/lines; references when mooring cells/davits not available

Covered

3.4

Gov may halt receiving due to maintenance/breakdowns/water/weather etc

Draft acknowledges and plans flexibility

Covered

3.4.1

Trucks must meet roadway load restrictions

Draft commits to verify load restrictions compliance

Covered

3.4.2

Truck type: straight-line end dump only; no articulated/side/belly dumps

Draft explicitly commits

Covered

3.4.3

Daily delivery rate variable 100–800 tons/day; contractor must adjust daily

Draft commits capability 100–800 and to scale resources daily

Covered

3.4.4

Crane/mechanical option may allow up to 1,500 tons/day and larger/more barges

Draft says will support crane/mechanical option if Government elects

Covered

Clause/Provision & Representation Alignment (High-Relevance Items)

Clause/ProvisionReference Criteria Requirement Signal (solicitation_text.docx)Draft Response Evidence (input_proposal.docx)Coverage StatusGap / Action

FAR 52.204-7 / 52.204-13 / 52.204-18 (SAM/maintenance/CAGE maintenance)

Must be registered and maintain SAM/CAGE info

States active SAM; appropriate reps/certs

Covered

Consider adding UEI/CAGE explicitly (not placeholders) and confirmation SAM will remain active through performance.

FAR 52.212-1 Addendum (submission contents)

Must include completed SF1449 blocks, price schedule, 52.212-3 Alt I

States will; includes placeholders

Partially Covered

Provide actual completed documents in submission.

FAR 52.212-3 (Deviation 2024-O0002) Alt I

Completed reps/certs required with quote

States will submit

Partially Covered

Include completed text or completed form as attachment; don’t rely solely on SAM unless solicitation explicitly allows.

FAR 52.204-24 / 52.204-26 / FAR 52.204-25 (889)

Requires reps about covered telecom equipment/services and disclosures if applicable

Draft generally states compliance with supply chain restrictions and telecom prohibitions

Gap

Add explicit statement that completed 52.204-26/52.204-24 representations are provided (or cite SAM annual reps) and disclose 'will/will not provide' and 'does/does not use' covered telecom, consistent with the required provision completion.

FAR 52.204-29 / 52.204-30 (FASCSA)

Requires reasonable inquiry and representation/disclosure re prohibited covered articles/sources

Draft broadly states will comply with supply chain restrictions

Gap

Add explicit representation that reasonable inquiry was conducted and no prohibited covered article/source will be provided/used, or include required disclosure if not able to represent.

DFARS 252.204-7012 (CDI safeguarding & incident reporting)

If applicable, contractor must safeguard CDI and report cyber incidents

No mention

Gap

Even if likely low applicability to riprap delivery, add acknowledgement of clause applicability and approach (e.g., if no CDI anticipated, state that; otherwise describe compliance baseline).

DFARS 252.211-7003 IUID

Requires unique item identification marking/reporting for certain deliverables meeting thresholds; includes WAWF reporting process (but WAWF payment instruction clause says not apply to USACE)

No mention

Gap

Assess applicability to riprap supply (likely not) and explicitly state 'Not applicable—bulk commodity riprap CLIN; no individually serialized items delivered' OR provide compliance plan if any equipment/tools delivered separately.

DFARS 252.232-7003 Electronic submission of payment requests

Invoice submission electronically

Draft commits to electronic invoicing per 252.232-7003

Covered

DFARS 252.232-7006 WAWF payment instructions

Clause states does not apply to USACE contracts

Draft correctly notes WAWF 7006 not applicable and will follow CO/COR instructions

Covered

DFARS 252.247-7023 Transportation of supplies by sea

Applies when ocean transport involved

No mention

Partially Covered

Likely not applicable (domestic inland river). Add statement 'No ocean transport anticipated; if triggered, will comply with 252.247-7023'.

DFARS 252.203-7002 Whistleblower rights notice

Requires informing employees of whistleblower rights

No mention

Gap

Add acknowledgement of compliance/flowdown as applicable.

FAR 52.223-23 Sustainable Products and Services

Sustainability requirements may apply

No mention

Gap

Add statement acknowledging clause and confirming product is natural stone; address any required reporting/attributes if requested.

FAR 52.232-33 EFT via SAM

Payment by EFT information in SAM

No mention

Partially Covered

Add brief confirmation EFT info is current in SAM (ties to payment readiness).

Consolidated Gap Register (Actionable Items)

Gap IDGap AreaMissing/Insufficient ItemWhere Required (solicitation_text.docx)Current Draft State (input_proposal.docx)Impact if Unresolved

G-1

Quote Responsiveness

Actual completion/signature of SF1449 blocks with real entity data (UEI/CAGE, address)

Addendum to 52.212-1; SF1449 note to complete blocks 12,17,23,24,30

Uses placeholders; narrative only

High—quote may be deemed nonresponsive/invalid or cannot be evaluated/awarded.

G-2

Price Evaluation

Actual unit price and extended total in whole pennies

SF1449 blocks 23/24; price schedule requirement

Placeholders for prices

High—cannot evaluate by price; likely rejection.

G-3

Required Representations

Attach completed FAR 52.212-3 Alt I (Deviation 2024-O0002)

Addendum to 52.212-1

States will submit but not included

High—missing mandatory solicitation content.

G-4

Pre-award review item

Explicitly provide proposed loading site (delivery location) details in the quote package

SOW 3.3 (states proposed load site/method as part of bid submission)

Commits to designate within 7 days after award; does not specify site now

Medium/High—Gov may expect site for pre-award acceptability; could delay award or render quote nonconforming.

G-5

Submittal transmittal form

Commit to use ENG Form 4025-R for submittal transmittals

SOW 1.4.2 / Attachment 5

Not mentioned

Low/Medium—administrative friction; potential rejection of submittals post-award.

G-6

Gradation test reporting format

Explicitly commit to submit gradation results using Attachment 2 plot and Attachment 3 worksheets and include failed tests

SOW 2.5.1; Attachments 2 & 3

General commitment but not explicit about worksheets/failed tests submission format

Medium—risk of submittal rejection and delivery delay.

G-7

Timing precision

Explicitly commit to submit gradation submittals ≥7 calendar days prior to first delivery

SOW 3.1

Implied but not explicit

Medium—risk of schedule conflict if Gov interprets strictly.

G-8

Supply chain/security reps

Explicit 889 covered telecom reps/disclosures; FASCSA reasonable inquiry representation

FAR 52.204-24/26; 52.204-29

Only general statement of compliance

Medium—may be required as completed provisions; omission can make quote incomplete.

G-9

DFARS CDI cybersecurity clause acknowledgement

Acknowledgement/approach for 252.204-7012 (if any CDI)

DFARS clause list

Not addressed

Low/Medium—depends on CO expectations; standard clause compliance statement may be insufficient.

G-10

IUID applicability statement

Clarify DFARS 252.211-7003 applicability/non-applicability to riprap CLIN

DFARS 252.211-7003 full text included

Not addressed

Low—likely not applicable, but included clause may require at least an applicability position.

G-11

Labor/ethics notice clauses

Employee whistleblower rights notice acknowledgement (252.203-7002) and trafficking (52.222-50) etc.

Clause list in solicitation

Not specifically acknowledged beyond broad 'comply with clauses'

Low—often acceptable to be broad, but explicit acknowledgement reduces interpretive risk.

G-12

WOSB label ambiguity

Clarify socio-economic status vs solicitation header

SF1449 header shows WOSB; set-aside clause 52.219-6 checked

Draft states small business set-aside; no WOSB statement

Medium—if WOSB is actually the intended set-aside, eligibility could be an award condition.

Risk Assessment (Procurement/Performance)

Risk IDRisk DescriptionRoot Cause (Gap/Uncertainty)LikelihoodSeverityMitigation / Recommendation

R-1

Quote deemed nonresponsive or cannot be evaluated

Missing completed SF1449 blocks and pricing; missing completed 52.212-3 Alt I

High

Critical

Submit signed SF1449 with completed blocks; insert firm prices; attach completed 52.212-3 Alt I (Deviation) and any required provisions.

R-2

Pre-award rejection or award delay due to missing proposed load site details

SOW states proposed load site/method provided as part of bid submission; draft defers to post-award

Medium

High

Provide proposed load site (RM, address/coordinates, state, access notes, depth/mooring/navigation compliance) and loading method in quote.

R-3

Submittal rejection/stop-work risk due to wrong gradation reporting format

Not explicitly committing to Attachment 3 worksheets/plot and inclusion of failed tests

Medium

Medium/High

State testing deliverables will use Attachment 2 plot and Attachment 3 worksheets; include failed tests; identify testing lab/QC lead.

R-4

Supply-chain representation incompleteness (889/FASCSA)

Draft uses general compliance language without explicit representations/disclosures

Medium

Medium

Include explicit completed representations or statement that annual SAM reps cover them; if any exceptions, provide required disclosures.

R-5

Cyber clause compliance challenge if CDI is introduced (e.g., Government-furnished data, plans, site security info)

No stated approach to DFARS 252.204-7012

Low

Medium

Add a short clause acknowledgement and statement of safeguarding/reporting readiness; identify point of contact.

R-6

Eligibility mismatch if solicitation is truly WOSB/EDWOSB set-aside

SF1449 header indicates WOSB; draft does not state WOSB eligibility

Low/Medium

High

Confirm and state socio-economic status (WOSB/EDWOSB/SB) and ensure SAM profile matches; if not WOSB, seek clarification from CO before submission.

Recommendations to Enhance Alignment (No Timelines)

Recommendation IDRecommendationTargets Which Gap(s)Expected Alignment Benefit

REC-1

Replace all bracketed placeholders with actual entity information (legal name, address, UEI, CAGE) and include an executed/signature-ready SF1449 with Blocks 17a-b and 30a-c completed.

G-1

Ensures responsiveness and awardability; removes ambiguity on the quoting entity.

REC-2

Provide a finalized price schedule with unit price and extended total in whole pennies; ensure consistency across SF1449 Blocks 23/24, CLIN 0001, and any attached schedule pages.

G-2

Enables price evaluation; avoids arithmetic inconsistencies and rejection.

REC-3

Attach the fully completed FAR 52.212-3 (DEVIATION 2024-O0002) Alternate I as part of the quote package (even if also maintained in SAM).

G-3

Meets explicit solicitation submission requirement; reduces evaluation back-and-forth.

REC-4

Add a dedicated 'Proposed Load Site / Delivery Location' section identifying the exact proposed loading site for barge loading (river mile, address/coordinates, state, site owner permission if applicable, navigation non-interference statement, depth/mooring suitability).

G-4

Satisfies SOW pre-award review language; de-risks site acceptability.

REC-5

Explicitly state that all required submittals will be transmitted using ENG Form 4025-R and managed via ENG Form 4288 per Attachment 4 register, including any deviations.

G-5

Improves post-award submittal acceptance and auditability.

REC-6

Augment gradation testing commitment to explicitly: (a) use Attachment 3 Method A/B worksheets, (b) plot results on Attachment 2 gradation plot, and (c) submit failed test results as required (not counted toward frequency).

G-6

Prevents submittal rejection; demonstrates strict adherence to SOW test/reporting format.

REC-7

Add an explicit statement that gradation submittals for approval will be provided at least 7 calendar days prior to the first delivery to the approved location, in addition to 'no delivery until satisfactory test achieved.'

G-7

Removes timing ambiguity and reduces risk of delivery start delays.

REC-8

Include explicit completion/attachment (or clear SAM cross-reference) for Section 889 (52.204-24/26) and FASCSA (52.204-29) representations; if any 'will/does' answers apply, include the required disclosures.

G-8

Ensures solicitation provision compliance and reduces risk of elimination for incomplete reps.

REC-9

Add a brief clause acknowledgement appendix listing key FAR/DFARS clauses in the solicitation and stating compliance, with specific callouts for DFARS 252.204-7012 and DFARS 252.211-7003 (state applicability or non-applicability to bulk riprap).

G-9,G-10,G-11

Improves evaluator confidence; reduces contractual compliance ambiguity.

REC-10

Clarify socio-economic eligibility consistent with the solicitation’s set-aside posture (Small Business vs WOSB/EDWOSB) and ensure the statement matches SAM certifications; if uncertain, seek CO clarification before submission.

G-12

Mitigates eligibility protest/award risk and ensures alignment with set-aside requirements.

Riftur’s findings show that this submission is closest to compliant where it states concrete operational commitments for barge loading, trucking constraints, QC recordkeeping, ticketing, and most riprap processing and gradation requirements. The risk is concentrated in evaluability blockers: placeholders in the SF1449 blocks and the price schedule, plus the absence of an attached, completed 52.212-3 Alternate I that the solicitation treats as mandatory quote content. Riftur also surfaced an offer-form acceptability issue where the SOW expects the proposed loading site to be included for pre-award review, but the draft defers that detail to post-award designation, which can render the quote incomplete even if the approach is sound. It flagged incomplete or missing explicit representations and disclosures for Section 889 and FASCSA, which are higher-leverage than narrative improvements because they determine whether the Government can accept the submission, document compliance, and make an award without reopening the record. It further identified administrative compliance gaps that can disrupt acceptance and auditability, including the ENG Form 4025-R transmittal requirement and the specified gradation worksheet/plot deliverable format, including failed-test reporting. Together, these insights distinguish where the draft is already aligned on execution versus where missing forms, signatures, pricing elements, and clause acknowledgments create the greatest award and acceptance risk.

© 2025 Riftur — All Rights Reserved