Riftur

DoD Construction Proposal Compliance Gap Analysis for USAFE Italy

Solicitation NameMultiple Award Construction Contract at Aviano AB and other Geographically Separated Units in Italy
Solicitation LinkSAM.gov
IndustryNAICS 23 - Construction

This submission supports a DoD construction effort in Italy under a gated evaluation where basic responsiveness and technical acceptability must clear before price and past performance can help. The current draft generally mirrors the required volume structure and demonstrates awareness of local compliance items such as Italy authorizations, labor regularity documentation, and Euro-only pricing. The results show the largest risks are not in broad intent, but in whether required artifacts and minimum evidentiary thresholds are present in a form evaluators can verify quickly. Several instructions also function as “administrative eliminators,” where omission can prevent consideration regardless of narrative strength. In this context, the most consequential gaps are the ones that block evaluability, create ambiguity about mandatory forms, or leave the Government unable to confirm eligibility and minimum technical standards. The strongest compliance exposure sits in the Quality Management Plan subfactor, where multiple mandatory elements are missing or insufficiently specific. The QCM qualification rule (5 years within the last 10 years or a CQM certificate) is not explicitly satisfied, and the required list of three relevant QCM projects over €1M within 10 years is absent. The solicitation also requires the QCM to be directly employed by the offeror/JV/partners, and that commitment is not clearly stated, which can trigger an unacceptable rating regardless of the rest of the management approach. These are “bright-line” requirements tied to technical acceptability, not style preferences, so general assurances will not earn credit. Leaving these items as assertions makes the submission fragile under the solicitation’s explicit warning against restating requirements without convincing, checkable support. A second high-leverage risk is the reliance on narrative claims where the Government expects concrete, tabular proof for capability and past performance gating characteristics. The capability requirement is driven by simultaneous performance criteria with specific € values and overlap days, yet the draft does not provide the project-level data that proves each element. Past performance has a similarly strict structure, and the most significant gap is the lack of explicit identification and substantiation of the design/build project where the offeror performed at least 60% of the A&E design, plus clear linkage to the required SOA categories. Without that mapping, evaluators may downgrade relevancy or treat the submission as not meeting stated characteristics, which can suppress confidence ratings even if the contractor has strong experience. These gaps matter because they force evaluators to infer compliance, and the solicitation’s stand-alone-volume rule makes omissions functionally non-existent for scoring. Several cross-cutting administrative requirements also concentrate risk because they affect whether the proposal is accepted into evaluation at all. The draft does not clearly confirm submission through the PIEE solicitation module or address the unreadable-file rule, both of which can result in non-consideration if the Government cannot access or credit an attachment. Mandatory packaging items are also missing from the narrative, including required redacted copies for Volumes II–IV, volume-specific glossaries, required markings, and page-limit compliance. While these may appear procedural, they directly impact auditability and defensibility of the evaluation record, and they create avoidable ambiguity about whether the Government can rely on the submission as complete. The draft is more aligned in pricing mechanics (CCEB format, Euro currency, decimals, validity period) and in several operational commitments (holiday restrictions, English correspondence, IVA exemption statement), but those strengths do not offset a technical acceptability failure or a responsiveness defect.

Output Analysis

This gap analysis maps proposal compliance in input_proposal.docx against the mandatory submission instructions and evaluation measures in solicitation_text.docx for Solicitation FA568226R0001 (MACC + Seed Project ASHE 21-1036). Requirements were extracted primarily from Section L (proposal instructions/volume contents) and Section M (measures of merit for Responsiveness and Technical acceptability), plus explicitly stated compliance obligations embedded in clauses and Section G/H special requirements where the solicitation text makes them proposal-relevant (e.g., invoicing/WAWF routing, bond percentage, insurance minima, holiday non-work restrictions). Each requirement is evaluated for evidence in the draft proposal text: Covered (explicitly addressed), Partially Covered (addressed but missing required specificity/artifacts), or Gap (not evidenced / conflicts with solicitation). Because the draft is a narrative representation rather than the actual attachments (e.g., executed SF1442, DURC/DURF, SOA certificates, CCEB files), several items are necessarily assessed as “Partially Covered” where the proposal asserts inclusion but does not evidence completion details. Primary risk areas are (1) solicitation prohibition on “will comply”/restatement without convincing rationale (L.1.4.1) especially for Technical Tab A evidence thresholds, (2) missing explicit confirmation of proposal submission via PIEE and unreadable-file controls, (3) Quality Management Plan elements that must be present and very specific (names/quals/resume format, 5-year experience or CQM cert, three relevant QCM projects >€1M within 10 years, and QCM employment status), and (4) past performance characteristics that must satisfy design/build 60% A&E design and Europe/recency constraints with concrete proof. Recommendations focus on converting assertions into verifiable, requirement-by-requirement evidence and adding missing solicitation-required artifacts/metadata in each volume without cross-referencing.

Document Meta-data & Inferred Context

Fieldsolicitation_text.docxinput_proposal.docxNotes for gap analysis

Solicitation / Program

FA568226R0001 MACC (IDIQ) + Seed Project ASHE 21-1036

Proposal responding to FA568226R0001

Aligned

Contracting environment

USAFE construction in Italy; FAR/DFARS/USAFE clauses; Euro currency

Proposal states Euro pricing; Italy compliance docs referenced

Aligned

Source selection

Gated: Responsiveness + Technical acceptability then tradeoff Past Performance vs Price; Seed Project LPTA TO

Proposal acknowledges gated approach and award w/o discussions intent

Aligned

Submission constraints

One proposal only; English language; no incorporation by reference; stand-alone volumes; PIEE submission; PDF format (+ CCEB PDF + .xlsx)

Proposal states one proposal only; English language; stand-alone; no incorp by reference; CCEB PDF+.xlsx

PIEE/PDF-only aspects not explicitly confirmed in proposal narrative

Volume structure required

Vol I Cover/RFP; Vol II Technical; Vol III Price; Vol IV Past Performance (+ redacted copies for II–IV)

Proposal organized into Vol I–IV

Redacted copies not addressed in narrative

Responsiveness (Section M.3.1) — Mandatory Submission Checklist Coverage

Req IDRequirement (solicitation_text.docx)Draft evidence (input_proposal.docx)Coverage StatusGap/Risk Notes

R-01

Submit all documentation by due date/time in SF1442 Block 13 via PIEE solicitation module (L.2.2)

States PIEE/WAWF usage ‘as applicable’ but does not explicitly confirm submission via PIEE module nor internal controls for timely upload

Partial

Risk: noncompliance with mandatory submission method; recommend explicit statement and process controls

R-02

Only one (1) proposal; alternates not accepted (L.1.2)

Explicitly states one proposal only

Covered

R-03

All proposal documentation in English incl. full translations of all documents (L.1.3)

Explicitly states English; commits to translate subcontractor/supplier communications for Govt submittals

Covered

Add explicit statement that Italian docs (SOA/DURC/DURF/etc.) include full translation copies

R-04

No incorporation by reference (L.2.5)

Explicitly states no reliance on incorporation by reference

Covered

R-05

Volume I Cover Page includes: full agreement statement; negotiator POCs; signer; UEI of all JV members (L.3)

Proposal includes agreement statement; identifies negotiators; signer; addresses JV UEI inclusion

Covered

Ensure actual cover page (and redacted versions) reflect this exactly; avoid logo/name in redacted copies

R-06

Tab A: SF1442 blocks 14–19, 20A–20C completed; signed/date by authorized official; original signature (L.3 Tab A; M.3.1)

Asserts executed SF1442 included and blocks completed; signer authority addressed

Partial

Need to ensure acceptance period explicitly inserted in Block 17 and amendments in Block 19; provide scan quality/readability confirmation

R-07

Acceptance period: minimum 230 days for MACC in Block 17; Seed Project price valid 365 days (L.1.5)

Explicitly confirms 230 days and Seed price valid 365 days

Covered

Confirm Block 17 value equals/greater than 230 and matches narrative

R-08

Tab B: Return Section I page 22 and Section K pages 26–29 in entirety with fill-ins (L.3 Tab B; M.3.1)

Asserts pages returned and SAM reps current

Partial

Risk: incomplete fill-ins unchecked boxes (e.g., 52.209-11, 52.209-13) can render nonresponsive; include internal completeness check

R-09

Tab C: SAM active printout with company name and UEI (L.3 Tab C; M.3.1)

Asserts SAM printout included and active status

Partial

Ensure printout date/time shows active on submission date

R-10

Tab D: Acknowledge amendments in SF1442 Block 19 (L.3 Tab D; M.3.1)

Asserts Block 19 completed; proposal reflects amendments

Partial

Ensure every amendment number/date matches SAM postings; mismatch = nonresponsive risk

R-11

Tab E: Italy authorization to operate/employ; doc not older than 90 days (DFARS 252.225-7042) (L.3 Tab E; M.3.1)

Asserts documentation provided and within 90 days

Partial

Must include translation; confirm document issuance date within 90 days

R-12

Tab F: DURC not older than 90 days (L.3 Tab F; M.3.1)

Asserts DURC current within 90 days

Partial

Must include translation; verify validity covers proposal date

R-13

Tab G: DURF fiscal regularity (L.3 Tab G; M.3.1)

Asserts DURF provided

Partial

Solicitation does not specify 90 days for DURF; ensure current and translated

R-14

Tab H: Anti-Mafia self-certification (Attachment 11) (L.3 Tab H; M.3.1)

Asserts executed Anti-Mafia form included; continuous compliance and change notification

Partial

Ensure executed on correct solicitation form version; include subcontractor applicability approach if required

R-15

Tab I: SOA OG1 Cat IV and OG11 Cat I; if permanent JV, certificates belong to parties participating (L.3 Tab I; M.3.1)

Asserts SOA certificates provided and valid; addresses JV condition

Partial

Need certificate numbers/expiry dates and translation; ensure both categories meet required class

R-16

Tab J: Financial institution assurance for bonds; bonds always 10% of TO total value; typically required >€150,000 equiv (L.3 Tab J; M.3.1)

Asserts written assurance included; acknowledges 10% and 2-year warranty duration impact

Partial

Ensure letter identifies capacity, issuing institution qualification, and covers entire MACC period if required

Technical Factor (Section M.3.2) — Subfactor Compliance Mapping

Subfactor / Req IDSolicitation measure of merit (solicitation_text.docx)Draft evidence (input_proposal.docx)StatusKey gaps / what evaluators will look for

T1-01 Capability

Capability Overview Sheet (Att 8) + demonstrate simultaneous performance of ≥2 projects meeting M.3.2.1 criteria (completed; ≥30 days; ≥€200k; ≥30 days overlap; prime)

Narrative says sheet submitted and demonstrates simultaneous performance; states subcontractor capability not used

Partial

Need concrete project entries meeting each criterion; include dates proving 30-day overlap, values in € and prime role; avoid conclusory language

T2-QMP-a

Org chart with names + qualifications (resume format) incl. Superintendent, QCM, QCM/A; QCM different from Superintendent

States org chart included; roles named; separation of QCM from Superintendent

Partial

Must show actual names and attach resumes; ensure QCM ≠ Superintendent explicitly on chart

T2-QMP-b

Duties/responsibilities/authorities for each QC role

States authorities/responsibilities explained and stop-work authority implied

Partial

Add explicit stop-work authority; define reporting lines and independence

T2-QMP-c

Each qualification: ≥5 years experience within past 10 years OR CQM certificate in lieu (for QCM/QCM-A/Supt)

Mentions qualifications/resume format and ‘certification pathways’ but not explicit 5-year/CQM compliance

Gap

High evaluation risk: explicitly list years in role, last-10-years window, and CQM certificate IDs/dates

T2-QMP-d

Three relevant projects followed by QCM within DoW above €1M within 10 years

Not mentioned

Gap

Provide 3 named projects, contract values, dates, DoW client, QCM role, and outcomes

T2-QMP-e

QCM employed directly by offeror/JV/JV partners

Not explicitly stated (only implies QC org)

Gap

State employment status and provide proof/statement; avoid subcontracted QCM

T2-QMP-f

Acknowledge CQC staff implement three-phase control system per UFGS 01 45 00

Explicitly adopts three-phase control system and references UFGS 01 45 00

Covered

T2-QMP-g

Continuity of QC services in case of personnel change

Addresses turnover risk, cross-training, alternates, handover packages

Covered

T2-QMP-h

Use PM software for tracking/automation; explain how data used to fix process failures

States PM software tracks submittals/RFIs/inspections/NCR/CAPA/trends; biweekly analysis

Covered

T2-QMP-i

Minimum frequency of QC data gathering/analysis every 2 weeks

States minimum biweekly cadence

Covered

T2-QMP-j

Submittal tracking metrics + resubmit within 5 business days after reject

States metrics; commits resubmit within 5 business days

Covered

T2-QMP-k

Two examples of deficiency management and adopted solutions

States ‘examples drawn from prior work’ but does not provide two explicit examples in text provided

Partial

Include 2 complete examples with issue, root cause, corrective/preventive actions, verification

T2-MPM-a

Multi-projects plan: procedures incl. additional personnel for contracts outside Aviano AB

Describes program-level layer; regional supervision; mobile crews; GSU support

Covered

T2-CCCM-a

Change/Cost plan: procedures to maximize cost efficiency

Provides constructability reviews, procurement planning, proactive scope driver identification

Covered

T2-CCCM-b

Change cost control procedures

Defines impact assessments, traceable estimating, subcontractor change validation, config control, REA/pricing discipline

Covered

T3-DVR

Design Validation Report: legal rep statement confirming specs/drawings reviewed; all elements reflected; no discrepancies or resolved via RFI; address any errors in report

Includes legal rep statement concept; describes documenting discrepancies and RFIs; states submitted as part of proposal

Partial

Must include the actual signed statement and a clear discrepancy log/RFI references (if any)

T3-Sched-01

Schedule plan: start within 30 days after NTP; complete within 365 days incl final cleanup; do not propose less as value

Explicitly states 30-day start and 365-day completion; notes shorter adds no value

Covered

T3-Sched-02

Schedule must include: excavation restoration coordination + 30-day notice (AC1-17)

States excavation restoration coordination requirements and advance notice periods

Partial

Solicitation requires 30 days notice; draft mentions advance notice but not explicitly 30 days for excavation restoration

T3-Sched-03

Schedule must include: road work max timeframes (AC1-21) incl 1-day/3-day segments

States max timeframes for road work segments but not the specific 1-day vs 3-day constraints

Partial

Add explicit activity constraints and logic ties

T3-Sched-04

Schedule includes timeframes for Part Ia civil demo; Part Ie electrical demo; Part IIa civil; IIb architectural; Part III mechanical; Part IVa electrical power; IVb lighting

States it allocates time for these disciplines

Partial

Provide explicit durations per part and show CPM sequencing

T3-Sched-05

Planned power outages: 20 days advance notice; transformer/load outages at night (Part IV)

Explicitly states 20-day notice and nighttime outages

Covered

T3-Sched-06

Final training and final documentation included (Part IVf)

Explicitly states final training and documentation integrated

Covered

Volume III (Price) — CCEB & Pricing Instruction Alignment

Req IDPrice requirement (solicitation_text.docx)Draft evidence (input_proposal.docx)StatusGaps/Risks

P-01

Use only CCEB (Att 15) for seed project pricing; insert unit and extended prices; extended = unit*qty (L.5.1)

States CCEB completed; extended amounts equal unit*units; grand total complete

Partial

Need to ensure no additional pricing narratives included; confirm no rounding/format errors

P-02

Return CCEB in entirety (L.5.2)

States returned in entirety

Covered

P-03

Submit CCEB both PDF and .xlsx (L.2.1, L.5.2)

States PDF and .xlsx included

Covered

P-04

Amounts limited to two digits after decimal (L.5)

States two digits after decimal

Covered

P-05

All pricing in Euro; only Euro accepted (L.5, Section B)

States all pricing in Euro

Covered

P-06

Price evaluated for completeness, reasonableness, balance; proposal should be consistent with technical; no extra data considered (M.3.3)

States complete/balanced/reasonable; confines submission to CCEB

Partial

Ensure internal basis-of-estimate retained but not submitted unless requested; ensure no contradictions between technical schedule and priced resources

P-07

Seed Project price validity 365 days from receipt of offers (L.1.5.1, M.1.2)

Explicitly confirms 365 days validity

Covered

Volume IV (Past Performance) — Required Characteristics & Artifact Coverage

Req IDPast performance requirement (solicitation_text.docx)Draft evidence (input_proposal.docx)StatusGaps/Risks

PP-01

Max 5 unique projects; at least 4 performed in Europe; max 1 in-progress meeting 6+ months old and ≥50% complete (L.6.1)

Draft states ≤5 projects; ≥4 in Europe; ≤1 in-progress meeting threshold

Partial

Need project list with locations, dates, and for in-progress provide proof of % complete and interim eval

PP-02

Relevancy disciplines: show multiple trades per Table M-2 (L.6.2 / M.3.4.2)

Draft states projects align multi-trade scope; lists disciplines

Partial

Need per-project discipline mapping count (≥4 for Very Relevant)

PP-03

SOA linkage: ≥1 project under OG11 Cat I; ≥3 under OG1 Cat IV; ≥1 design/build where offeror completed ≥60% A&E design (Table L-2)

Draft mentions OG11/OG1 requirements and design/build experience generally

Gap

High risk: must explicitly identify which projects satisfy each SOA category and provide evidence of 60% design completion by offeror

PP-04

At least 2 projects prove simultaneous performance (Table L-2)

Draft states simultaneous performance demonstrated among projects

Partial

Need explicit overlap dates and management explanation tied to those projects

PP-05

Government will not consider predecessor/affiliates/subs as substitutes (L.6.3)

Draft explicitly acknowledges and states projects as prime

Covered

PP-06

JV rule: if JV lacks PP, Govt may consider each JV member; teaming members count against 5 (L.6.4)

Draft addresses JV aspects in Vol I and generally for PP

Partial

If JV: must clearly label projects by JV vs member, and ensure counting is correct

PP-07

Per project tabs: Summary (≤5 pages), PPI template (Att 6), Client Auth letter (Att 9) for non-USG, PPQ Section 1 evidence (Att 7) (L.6.5)

Draft describes all tabs A–D and that letters/PPQ Section 1 evidence included

Partial

Need to ensure summaries contain ‘problems encountered + solutions/outcomes’ (not just successes)

PP-08

PPQs must be sent to client POCs; client sends directly to 31 CONS by due date; include Section 1 copy as proof (Tab D)

Draft states process and follow-up tracking

Covered

Cross-Cutting Solicitation Instructions — Common Compliance Gaps

Instruction areaRequirement (solicitation_text.docx)Draft evidence (input_proposal.docx)StatusRisk / Recommendation

Redacted copies

Provide 1 original + 1 redacted copy for Vol II–IV; redacted must remove offeror name/ID incl cover page of redacted (Table L-1)

Not addressed

Gap

Create compliant redacted PDFs ensuring no metadata/filename leakage; remove logos in headers/footers

Stand-alone volumes / no cross-reference

Each volume stand-alone; missing info assumed omitted (L.2.8)

Draft states stand-alone submission; generally avoids cross-ref

Partial

Ensure each volume repeats any required info (e.g., QC resumes in Vol II only) and does not rely on Vol I assertions

PDF format / readability

All documentation in electronic PDF; unreadable docs not considered (L.2.1)

Not explicitly stated (except CCEB formats)

Gap

Add explicit compliance statement and internal QA (open/scan check)

PIEE access/submit method

Must submit via PIEE solicitation module; email/mail not accepted (L.2.2)

Not explicitly committed

Gap

Add explicit statement that proposal is/was uploaded via PIEE module and confirm no email submissions

Proposal quality standard

No mere restatement; ‘will comply’ statements without supporting narrative not acceptable (L.1.4.1)

Draft contains several ‘confirms/acknowledges’ statements; Technical sections generally provide narrative but Capability and PP rely on assertions

Partial

Convert assertions into evidence tables, metrics, and examples; ensure evaluators can verify claims without searching

Glossary per volume

Each volume must include glossary of abbreviations/acronyms (L.2.9)

Not mentioned

Gap

Add a glossary section to each volume (esp. Vol II/IV)

Table of contents per volume; tab indexing

Each volume contains TOC; tab indexing used (L.2.5)

Not mentioned (tabs are described)

Partial

Ensure TOC included in each volume and tabs match solicitation tab letters

Markings (procurement sensitive)

Apply markings per FAR 52.215-1(e), FAR 3.104-4 (L.2.6)

Not mentioned

Gap

Add restrictive legend/markings procedure and ensure applied to all volumes

Page limits

Vol II narrative 50 pages; Vol IV 50 pages; counting rules (L.2.4/Table L-1)

Not addressed

Gap

Add compliance statement and internal page-count control; avoid excess pages removed from evaluation

Page format

A4, 1-inch margins, TNR 12, single spaced, sequential numbering by volume (L.2.5)

Not addressable from text

Not assessed

Per instruction, packaging/format gaps largely not evaluated; however include compliance attestation if desired

Drawings scale requirements

Vol II drawings scale 1:100 interior; 1:500 or less exterior (Table L-1)

Not addressed

Gap

If drawings included in Vol II narrative/graphics, certify scale compliance or segregate drawings as required

Non-work days/holiday restrictions

No work on listed holidays unless CO approves (Section F)

Draft acknowledges restrictions and will schedule accordingly

Covered

Correspondence in English

All correspondence and data must reference contract/task order numbers and be in English (Section G; DFARS 252.225-7041)

Draft commits to English correspondence and referencing contract/TO numbers

Covered

WAWF instructions

WAWF registration; designated E-Biz POC in SAM; use document type ‘Construction and Facilities Management Invoice’; routing DoDAACs etc. (DFARS 252.232-7006)

Draft commits to WAWF/PIEE readiness and references doc type; mentions DoDAAC routing ‘consistent with solicitation’

Partial

Add explicit routing table values (Pay DoDAAC F87700, Issue/Admin FA5682, Inspect/Accept F1F3A2) and method for task-order overrides

Tax exemptions Italy

Invoices must include contract #, IVA exemption statement Article 72, fiscal code 91000190933; retain certified copy (DFARS 252.229-7003)

Draft commits to include IVA exemption info and Air Force fiscal code; mentions retaining certified copies

Covered

Ensure fiscal code matches solicitation (91000190933) and statement text is correct

Tax relief clause

252.229-7001 requires listing excluded taxes/rates on contract (offeror insert) and invoice breakout

Draft acknowledges tax relief generally; states will exclude exempt taxes

Partial

If required in offer/attachments, include the ‘offeror insert’ tax names/rates or state ‘none’ as applicable

Antiterrorism/force protection

DFARS 252.225-7043 obligations for personnel outside US

Draft commits to comply with AT/FP

Partial

Add procedural detail: OSAC affiliation (if US entity), embassy registration, AT awareness training source, guidance update cadence

ODS elimination clause

5352.223-9000 prohibits Class I ODS requirements

Not mentioned

Gap

Add compliance statement and procurement controls for ODS-containing products

Airfield safety

DFARS 252.236-7005 Airfield Safety Precautions (if applicable)

Not mentioned

Gap

Add statement describing how airfield work will be coordinated and controlled when task orders occur near airfield areas

Counterfeit electronic parts clauses

252.246-7007/7008 apply

Not mentioned

Gap

Add supply chain controls for electrical components (authorized sources, traceability) relevant to electrical distribution seed project

Risk Register (Proposal Compliance & Evaluation)

Risk IDRisk descriptionRoot cause (gap)LikelihoodImpactRecommended mitigation (no timelines)

RK-01

Nonresponsive determination due to incomplete/incorrect SF1442 entries (Blocks 17/19/20) or missing original signature

Narrative assertion without verification; common admin errors

Medium

High

Add a compliance matrix for SF1442 blocks; include legible executed form; cross-check acceptance period and amendments

RK-02

Technical Unacceptable under QMP due to missing mandatory QCM qualifications/projects/employment status

Missing explicit 5-year/CQM evidence, 3 DoW projects >€1M, QCM direct employment

High

High

Insert QMP appendix with resumes, certs, project list, and employment attestation; map each to M.3.2.2 QMP a–k

RK-03

Technical Unacceptable under Capability due to insufficient evidence of simultaneous performance meeting €200k/30-day/overlap criteria

Capability described but not evidenced with project data

High

High

Provide Capability Overview Sheet entries with values/dates and overlap proof; add a mini-table showing criteria satisfaction

RK-04

Past performance downgraded (relevancy/recency) or deemed noncompliant with Table L-2 design/build 60% design requirement

No explicit identification/evidence of 60% A&E design completed by offeror

Medium

High

For at least one project, provide design deliverables list, percent design responsibility narrative, and client validation letter

RK-05

Administrative rejection of redacted copy requirement or redaction leakage

Redacted copies not addressed

Medium

Medium

Generate redacted PDFs for Vol II–IV; scrub metadata; validate no identifiers remain

RK-06

Submission method noncompliance (PIEE) or unreadable PDFs leading to non-consideration

No explicit statement or file QA process described

Low

High

Add explicit PIEE submission compliance statement and a file-integrity checklist (open/read test)

RK-07

Schedule plan found weak if it lacks explicit required constraints (30-day excavation notice; 1/3-day roadwork) and durations per parts

Some schedule items described generally

Medium

Medium

Add schedule narrative crosswalk listing each required constraint verbatim with corresponding activity IDs and durations

RK-08

Invoicing/WAWF routing errors cause payment delays post-award

Routing table not explicitly repeated; reliance on generic statements

Medium

Medium

Include WAWF routing data table in Vol I commitments and train AP staff; note task-order override handling

RK-09

Supply chain compliance findings (counterfeit parts / covered telecom / ODS) create responsibility concerns

Several clause-driven controls not described

Medium

Medium

Add supply chain compliance section addressing DFARS 252.246-7007/7008, 252.204-7018, and 5352.223-9000

Recommendations to Enhance Alignment (Actionable Enhancements)

AreaRecommendation (specific to solicitation_text.docx)Where to add in input_proposal.docxExpected alignment gain

Vol I submission method

Add an explicit statement: proposal uploaded via PIEE Solicitation Module; no email/mail; all files open/read verified per L.2.1–L.2.2

Volume I cover/intro + a ‘Submission Compliance’ subsection

Reduces nonresponsiveness risk

Redacted copies

Produce and label required redacted copies for Vol II–IV; ensure no offeror identifiers on redacted cover pages; scrub PDF metadata

Each volume’s transmittal/cover; file naming convention

Meets mandatory Table L-1 requirement

Glossaries & TOCs

Add TOC + glossary in each volume as required by L.2.5 and L.2.9

Front matter of each volume

Avoids administrative weaknesses; improves evaluability

QMP compliance crosswalk

Create a QMP compliance matrix mapping M.3.2.2 QMP a–k to exact page/appendix references; include resumes, CQM certs, 5-year experience statements, 3 DoW >€1M projects, and direct-employment attestation for QCM

Volume II Tab B (QMP) with appendices

Directly addresses the highest-risk technical acceptability items

Capability evidence table

Provide a table for the two (or more) simultaneous projects showing: title, client, value (€), POP dates, prime role, and overlap window ≥30 consecutive days; attach proof if allowed

Volume II Tab A (Capability Overview Sheet narrative)

Improves Subfactor 1 acceptability and reduces ‘cursory’ finding

Schedule requirement mapping

Add a ‘Schedule Requirements Crosswalk’ listing each required item from M.3.2.3 with corresponding schedule activity IDs, durations, and constraints (30-day excavation notice; 1-day/3-day roadwork segments; parts Ia/Ie/IIa/IIb/III/IVa/IVb/IVf)

Volume II Tab C (Schedule Plan)

Prevents omission findings; strengthens technical understanding

Design validation artifacts

Include the signed legal representative statement and, if any discrepancies exist, an explicit discrepancy/RFI log showing resolution prior to submission (or planned execution approach per note)

Volume II Tab C (Design Validation Report)

Meets minimum DVR requirement unambiguously

Past performance Table L-2 proofing

Add a per-project compliance matrix for L.6.1/L.6.2 and Table L-2: Europe location, recency dates, disciplines count, SOA category, design/build with ≥60% design proof, and simultaneous performance overlap evidence

Volume IV front matter + per-project summary pages

Improves confidence rating potential; reduces evaluator uncertainty

Design/build 60% substantiation

For the required design/build project, include evidence of offeror’s A&E design responsibility (deliverables, stamps/approvals, percent breakdown, client confirmation)

Volume IV relevant project Tab A/B and/or supporting letters

Closes a major explicit requirement gap

Clause-driven compliance controls

Add short compliance subsections addressing: ODS prohibition (5352.223-9000), counterfeit electronic parts sourcing (252.246-7007/7008), airfield safety precautions (252.236-7005) where applicable, and AT/FP procedural commitments (252.225-7043)

‘Commitments applicable to all volumes’ section (or Vol II management approach)

Reduces performance and responsibility risk; shows mature compliance posture

Tax relief offeror inserts

Address DFARS 252.229-7001 ‘offeror insert’ tax names/rates (state none or list applicable), and explain invoice presentation (gross, tax deducted, net)

Volume I commitments or Volume III pricing notes (if permitted)

Avoids later compliance disputes; strengthens readiness

WAWF routing specificity

Replicate the solicitation routing table values and explain task order overrides; confirm document type used for construction invoices

Volume I commitments

Reduces post-award payment friction and demonstrates understanding

Riftur’s findings show this submission is directionally aligned on structure, Euro-only CCEB pricing, and several Italy-specific operational commitments, but risk is concentrated in a small set of high-consequence compliance items. The most leverageable issues surfaced are evaluability blockers: missing explicit PIEE solicitation-module submission confirmation, lack of a clear unreadable-PDF control statement, and absence of the required redacted copies for Volumes II–IV. Riftur also highlighted incomplete offer-form commitments where the proposal asserts completion of SF1442 blocks, Section I/K returns, and multiple Italy certification tabs (DURC/DURF/SOA/Anti-Mafia/bond assurance) without verifiable completion details that can prevent a responsiveness determination. On the technical side, Riftur isolated acceptability-critical QMP gaps, including missing explicit QCM 5-year/CQM qualification evidence, the absent three-project QCM experience list over €1M, and the unclear direct-employment status requirement, which can drive a straight “Unacceptable” regardless of narrative quality elsewhere. Past performance risk is similarly specific: the design/build 60% A&E design requirement and SOA-category mapping are not evidenced, which can depress relevancy and confidence even when projects are otherwise strong. These surfaced issues are higher leverage than general narrative enhancements because they control whether the Government can accept, score, and defend the evaluation, and they clarify where the submission is already aligned versus where compliance uncertainty is concentrated.

© 2025 Riftur — All Rights Reserved