Riftur

USFWS Prescribed Fire Services Proposal Gap Analysis & Compliance

Solicitation NamePrescribed Fire Preparation and Implementation Bear Valley NWR
Solicitation LinkSAM.gov
IndustryNAICS 11 – Agriculture, Forestry, Fishing and Hunting

This solicitation centers on prescribed fire preparation and implementation support on a wildlife refuge, with emphasis on safe field execution, rapid ordering and coordination, and disciplined compliance with federal contracting clauses. The results show the operational core of the response is largely aligned with the PWS. Staffing, equipment, ordering lead times, mapping support, duty-day expectations, and escaped-fire obligations are mostly stated in a way that an evaluator can verify. The larger weaknesses are not in burn tactics, but in the offer-form and clause-driven items that determine whether the submission is complete, eligible, and auditable. That distinction matters because federal evaluations can reject or down-rank proposals that are operationally capable but administratively nonresponsive or insufficiently evidenced. The most consequential gaps concentrate in three areas that directly affect award likelihood: responsiveness, eligibility, and evaluated past performance. The narrative indicates intent to match the required pricing structure, but it does not evidence the completed schedule in the required format, and it does not explicitly acknowledge the firm-fixed-price nature of the daily rates. More importantly, the submission does not show completion of required offer blocks or attachments that commonly drive a “nonresponsive” determination, including signatures and incorporated provision acknowledgments. Past performance is an evaluated factor, yet no project references are present in the provided text, which creates a high probability of losing best-value tradeoff points even if price is competitive. For a set-aside action, the absence of an explicit WOSB eligibility representation is a high-impact eligibility risk because it can trigger disqualification regardless of technical merit. Several clause-driven requirements are partially covered through generic “we comply” language, but remain vulnerable because the solicitation expects explicit representations, disclosures, or operational commitments. Supply chain and prohibited-technology clauses (covered telecom, ByteDance/TikTok, and related prohibitions) are treated as maintained in SAM, but the proposal does not clearly state whether the offeror does or does not use/provide covered items, which leaves avoidable ambiguity for the Contracting Officer. Labor standards clauses are acknowledged at a high level, but the lack of concrete payroll compliance posture and adjustment understanding can create performance and dispute risk if wage determinations, paid sick leave, or minimum wage requirements apply during execution. Reporting and recordkeeping are also exposed: the biobased products reporting requirement is not addressed, and there is no explicit records retention and audit access commitment, both of which affect auditability and acceptance of invoices and deliverables. These are not narrative polish issues; they are compliance items that can affect eligibility, enforceability, and the Government’s ability to administer and close out the work. Operationally, the remaining gaps are mostly “make it evaluable” improvements rather than scope failures. A few PWS details are only partially mirrored (specific saw diameter language and explicit jackpot burn mention for dozer support), which are low-risk but easy for evaluators to mark down if they are checking for exact alignment. Coordination expectations for after-hours contact and POC unavailability are not fully addressed, which increases the likelihood of confusion during urgent changes in burn windows, IFPL constraints, or emergencies. Safety-readiness artifacts such as a medical response plan, a clear communications plan, and a more explicit qualification matrix are not strictly stated requirements in every line item, but they strongly influence confidence in readiness and reduce perceived performance risk. Closing these gaps improves scoring by making the proposal easier to verify, easier to administer, and less dependent on assumptions about standard wildland fire practices.

Output Analysis

This gap analysis maps the explicit requirements in solicitation_text.docx (PWS, ordering terms, inspection/acceptance, GFE, and incorporated FAR/DOI clauses called out in the provided text) to the corresponding statements in input_proposal.docx. Requirements were decomposed into atomic, testable obligations (e.g., staffing/module composition, 72-hour ordering, mapping deliverables, NWCG qualifications, hiking capacity, 10-hour day equivalency, escaped fire obligations, IPP invoicing, option pricing structure, and specific clause-driven compliance items). Each requirement is assessed for coverage as Covered, Partially Covered, Gap, or Not Applicable/Not Evidence in Proposal, based strictly on what the proposal text states (not assumptions about typical contractor practice). Where the proposal references compliance generically (e.g., “comply with FAR/DOI clauses” or “NWCG standards”), coverage is marked partial if the solicitation requires specific representations, reporting, registrations, or disclosures that are not evidenced. Risks focus on award evaluation risk (responsiveness/unacceptability), performance risk (safety/operational readiness), and compliance risk (invoicing, labor standards, subcontracting limits, supply chain representations). Recommendations are provided to increase alignment by adding explicit statements, matrices, and attachments that directly answer solicitation requirements and reduce ambiguity for the Contracting Officer and Technical POC.

Document Metadata & Role Inference

Iteminput_proposal.docxsolicitation_text.docx

Most likely document type

Offeror proposal/quote narrative (technical approach + compliance statements + pricing approach)

RFQ package including PWS + SF1449 + clauses/provisions

Acquisition context

Burn assistance services for USFWS Bear Valley NWR (Klamath Basin Complex)

Same; establishes scope, ordering, acceptance, pricing schedule structure, clauses

Primary evaluation lens implied

Technical approach + operational readiness + compliance + price format + options

Best value: price + past performance; technical+past performance more important than price

Key operational deliverables

Provide 2 five-person modules and Type 2 dozer; mapping support; prep/implementation; contingency/escaped fire actions; invoicing via IPP

Defines required resources, tasks, mapping requirement, ordering lead time, acceptance, GFE, PoP, options

PWS Core Requirements Coverage Matrix (Operations, Staffing, Equipment)

Req IDRequirement (solicitation_text.docx)Proposal Evidence (input_proposal.docx)Coverage StatusGap/Risk Notes

PWS-1

Provide prescribed fire preparation and implementation using combination of two Five-Person Burn Modules and a Type 2 Dozer; may be ordered together or separately

States will provide two Five-Person Burn Modules and a Type 2 Dozer; notes they may be ordered and mobilized as ordered

Covered

PWS-2

Final boundaries determined after award; subject to change due to slope/rocks/fuels/ground conditions

Explicitly acknowledges boundaries after award and may change due to slope/fuels/ground conditions; proposes change-aware workflow

Covered

PWS-3

Identify boundaries/avoidance areas/stream buffers using geo-referenced digital map products; Government provides geo-referenced maps; may place flag lines

Commits to review Gov maps; develop/maintain geo-referenced digital map products; align with Gov flag lines; identify avoidance/buffers

Covered

Consider adding specific GIS formats (e.g., shapefile/KML/PDF) if expected; not stated.

PWS-4

Adhere to Industrial Fire Precaution Levels (IFPL); may work with Fuels Specialist to initiate waivers if appropriate

States comply with IFPL; mentions waiver processes coordinated/approved through channels

Covered

PWS-5

Two Five-Person Modules supplied as requested; requests submitted at least 72 hours prior to reporting time/location

States mobilization aligned to 72-hour request requirement

Covered

PWS-6

Modules fireline qualified based on NWCG standards

States personnel fireline qualified per NWCG standards

Covered

PWS-7

Modules may be ordered for preparation or implementation in one or more burn units

States readiness for preparation and implementation across one or more burn units

Covered

PWS-8

Site-specific maps, objectives, standards provided before work begins

Acknowledges site-specific objectives/standards provided before work begins; QC verifies against them

Covered

PWS-9

Preparation operations include (non-exhaustive): handline, trimming, re-covering hand piles, building handlines, thinning, lopping/scattering, brushing, pulling fuels back, cutting trees <8" dbh, limbing >8" dbh

Lists full range including re-covering piles, thinning, lopping/scattering, brushing/cleaning, pulling fuels back, saw work within specified diameter guidance

Partially Covered

Proposal references “specified diameter guidance” but does not explicitly restate <8" cutting and >8" limbing; low risk but add explicit statement for responsiveness.

PWS-10

Implementation operations include (non-exhaustive): ignite piles, initiate broadcast units, monitor spots/slop-overs, construct line around spots/slop-overs/contain spread, extinguish with water, mop-up, patrol; adhere to NWCG definitions

Explicitly lists these implementation tasks; states alignment with NWCG definitions and documentation

Covered

PWS-11

Modules prepared to hike up to one mile from vehicle to work location

Explicitly acknowledges and plans for hiking and carrying water/tools/contingency equipment

Covered

PWS-12

10-hour workday may be required; 4x10 equals 5x8

Explicitly acknowledges and describes duty day management and equivalency

Covered

PWS-13

Escaped fire obligation: if slop-over can’t be contained with contingency plan resources, Burn Boss follows Wildfire Declaration; Contractor shall take immediate action; operate under direct Government supervision until released

Mirrors requirement; commits to immediate action and operating under Government supervision until released

Covered

DOZ-1

Provide Type 2 Dozer with operator as requested; contractor transports to/from project sites; 72-hour request lead time

Commits to provide Type 2 dozer with operator; responsible for transport; acknowledges 72-hour notice (in module section and again generally)

Covered

Consider explicitly stating 72-hour applies to dozer orders as well (though implied).

DOZ-2

Dozer meets fireline qualifications based on NWCG standards; has six-way blade 8–10 ft and rippers for creating/rehabbing line

States NWCG standards; six-way blade (8’–10’) and rippers; line construction/rehab

Covered

DOZ-3

Dozer may be ordered for prep or implementation; implementation can support pile/broadcast/jackpot burns; adhere to NWCG definitions

States dozer supports prep and implementation, spot fire response, line improvement; acknowledges NWCG alignment

Partially Covered

Does not explicitly mention jackpot burns; low risk—add one sentence to match wording.

DOZ-4

Prep includes constructing line; clearing large debris away from fireline and pre-existing roadbeds

States prep includes constructing fireline and clearing large debris away from fireline and pre-existing roadbeds

Covered

DOZ-5

Implementation includes monitoring spots/slop-overs; constructing line around them; contain spread; mop up

States line improvement, holding support, response to spot fires/slop-overs; references mop-up support generally

Covered

Ordering, Period of Performance, Site Access, and Coordination Requirements

Req IDRequirement (solicitation_text.docx)Proposal Evidence (input_proposal.docx)Coverage StatusGap/Risk Notes

ORD-1

Contractor will not begin work until requested by Fuels Specialist/designated representative

States will act upon award and at direction of Fuels Specialist/designated rep; respond to Government orders

Covered

ORD-2

Contractor may visit site and meet staff to refine objectives prior to implementation; site visits prior to proposal should be coordinated with Technical POC

Commits to pre-work coordination meeting and optional site visit

Covered

Does not explicitly address pre-proposal site visit coordination expectation (not mandatory).

ORD-3

Location: Bear Valley NWR west of US-97 near Keno, OR; access generally mid-March–Nov; may be allowed outside in dry years; may be restricted by wildlife LOPs or IFPL

Restates access window and constraints; commits to coordinate around LOPs/IFPL

Covered

ORD-4

Period of performance: contract award through 05/31/2027 (SF1449 shows 03/01/2026–05/31/2027)

States PoP as 03/01/2026 through 05/31/2027

Covered

ORD-5

Refuge staff duty hours M–F 8:00–4:30; emergencies require contractor contact info; POC may be unavailable; non-duty hours include nights/weekends/holidays

States will coordinate during normal duty hours and ensure Government has current contractor contact info for urgent/emergency needs

Partially Covered

Does not explicitly acknowledge possibility that Technical POC may be unavailable and need for comms plan during non-duty hours; add escalation/contact tree.

ORD-6

Daily coordination implied by Technical POC role and site-specific standards

Commits to daily coordination with Technical POC regarding priorities, access, timing windows, LOP/IFPL constraints

Covered

Inspection & Acceptance / Resource Protection Requirements

Req IDRequirement (solicitation_text.docx)Proposal Evidence (input_proposal.docx)Coverage StatusGap/Risk Notes

ACC-1

Evaluation/acceptance determined by Fuels Specialist/designated representative

Explicitly acknowledges acceptance by Fuels Specialist/designated rep

Covered

ACC-2

Contractor shall take special care to protect Government property, cultural resources, sensitive natural resources

Has dedicated section; commits to avoidance areas/stream buffers and minimizing disturbance; spill prevention practices

Covered

Consider adding specific cultural resource stop-work/notification procedure if artifacts found (not stated).

ACC-3

Government provides guidance, maps, and access as required; all other equipment by contractor

Acknowledges GFE list and that contractor provides all other equipment, personnel, transport

Covered

Government-Furnished Equipment (GFE) and Interfaces

ItemRequirement (solicitation_text.docx)Proposal Statement (input_proposal.docx)Coverage StatusNotes

Drip torch mix

Furnished by Government

Acknowledges Government-furnished drip torch mix

Covered

Hoses/fittings/pumping apparatus

Furnished by Government

Acknowledges Government-furnished hoses, fittings, pumping apparatus

Covered

Maps/guidance/access

Provided by Fuels Specialist/designated rep

Acknowledges Government-provided geo-referenced maps and guidance; coordination with Technical POC

Covered

Pricing & Options Compliance Mapping (Quote Schedule Alignment)

Req IDRequirement (solicitation_text.docx)Proposal Evidence (input_proposal.docx)Coverage StatusGap/Risk Notes

PR-1

Quote in cost per day ($/day) format; days are 8-hour workdays

States pricing will be in $/day format based on 8-hour workdays

Covered

PR-2

Proposed days table: 2 modules x10 days; dozer x10 days

States will provide pricing for two modules for ten days and one dozer for ten days

Covered

PR-3

10-hour workday equivalency (4x10=5x8) for pricing/ordering

Acknowledges equivalency and tracking days ordered/performed

Covered

PR-4

Option: Government may require 2 additional days for modules and dozer as option items; FAR 52.217-7 applies

States separately priced option items for two additional days for each resource consistent with FAR 52.217-7

Covered

PR-5

Evaluation of options: total price includes options; option prices cannot be significantly unbalanced (52.212-2 / 52.217-5)

States Government evaluates by adding options; commits to balanced option pricing

Covered

PR-6

Submit completed schedule matching SF1449 schedule structure (daily rates, extended amounts, option pricing)

States a completed schedule will be submitted matching SF1449 schedule structure

Partially Covered

Narrative only; ensure actual attachment/pricing table is included in final submission—risk if omitted.

PR-7

Type of contract: Firm Fixed Price (52.216-1)

Not explicitly acknowledged

Gap

Low/medium risk; proposal could explicitly state understanding of FFP nature and that $/day is firm-fixed unit price.

PR-8

Option to extend services (52.217-8) up to 6 months at specified rates

Not addressed

Gap

Could create later performance dispute; add acknowledgement that rates apply if option exercised (subject to SCLS adjustments as clause states).

Invoicing, IPP, and Payment Clause Compliance

Req IDRequirement (solicitation_text.docx)Proposal Evidence (input_proposal.docx)Coverage StatusGap/Risk Notes

INV-1

DOI-AAAP-0028: invoices via Treasury IPP; contractor must register; proper invoice per Prompt Payment/52.212-4

Has section: will submit via IPP; comply with DOI-AAAP-0028; invoice content aligned to 52.212-4/Prompt Payment

Covered

INV-2

Attachments to IPP invoice required: solicitation states 'SEE BOX BELOW' but actual required documents not provided in excerpt (CO to edit)

States will include attachments as required; will provide shift tickets/signatures if required

Partially Covered

Because the solicitation’s required attachments are unspecified in the excerpt, proposal cannot fully commit to named documents; recommend offering a default attachment set (daily shift tickets, resource orders, acceptance sign-off).

INV-3

If unable to use IPP, waiver request must be submitted in writing with quote/proposal

Proposal does not mention waiver (instead says prepared to comply)

Covered

Waiver not needed if compliant; low risk.

INV-4

EFT payment via SAM (52.232-33) implied

Proposal mentions SAM registration and identifiers generally

Partially Covered

Add explicit confirmation EFT info current in SAM and invoice remittance aligns with SAM record.

FAR/DOI Clause & Representation/Certification Gaps (Solicitation Provisions vs Proposal Content)

Clause/Provision (solicitation_text.docx)What the solicitation expects from offerorProposal Evidence (input_proposal.docx)Coverage StatusRisk/Notes

52.212-1 (Instructions to Offerors) + SF1449 blocks

Complete required blocks / submit required items per solicitation

Proposal narrative only; does not show completed blocks or required attachments

Gap

High responsiveness risk if final submission omits SF1449 blocks, signatures, or required quote schedule.

52.212-2 (Evaluation)

Understanding of best value (price + past performance); technical+past performance > price

Acknowledges best value and factor weighting

Covered

Past performance information (implied by evaluation)

Provide references/past performance examples (if requested)

Not included in provided proposal text

Gap

High evaluation risk: solicitation evaluates past performance; add CPARS-like project sheets + contacts.

52.212-3 (Offeror Reps & Certs)

Confirm SAM annual reps/certs current OR complete required paragraphs (c)-(v) as applicable

Proposal says reps maintained in SAM; but does not explicitly state FAR 52.212-3(b)(2) verification language or identify any amended paragraphs

Partially Covered

Medium compliance risk; include a reps/certs statement and UEI/CAGE; confirm WOSB certification/eligibility for set-aside.

WOSB set-aside requirement

Offeror must be eligible WOSB (and typically certified)

Proposal notes acquisition is WOSB set-aside but does not affirm the offeror’s WOSB status

Gap

High eligibility risk (award ineligible) unless demonstrated in SAM/SBA; add explicit representation and certification pathway.

52.204-26 / 52.204-24 / 52.204-25 (Section 889 covered telecom)

Represent whether offeror provides/uses covered telecom equipment/services; disclose if yes

Proposal mentions “covered telecommunications representations as maintained in SAM” but no explicit representation outcome (does/does not)

Partially Covered

Medium risk; include explicit 'does not use/provide' statements (or disclosures) to avoid ambiguity.

52.204-27 (ByteDance covered application) and 52.204-30 (FASCSA Orders—Prohibition)

Compliance with supply chain prohibitions/orders

Only generic compliance statement

Partially Covered

Add explicit compliance statement and internal control (e.g., device/app policy for TikTok/ByteDance on systems used for contract).

52.204-13 / 52.204-18 SAM/CAGE maintenance

Maintain SAM and CAGE

Proposal says will maintain SAM registration and identifiers

Covered

52.222-41 / 52.222-43 / 52.222-55 / 52.222-62 (SCLS, price adjustment, EO 14026 min wage, paid sick leave)

Pay/benefits compliance; understand potential price adjustments tied to WD/labor rates where clause applies

Proposal only states 'SCLS where applicable' without describing payroll compliance posture

Partially Covered

Performance/compliance risk; add explicit commitment to comply with SCLS, EO min wage, PSL; identify labor categories if known.

52.219-14 Limitations on Subcontracting (and deviation addendum)

Agree to not subcontract >50% of service amount to non-similarly situated; track by end of base and each option period

Proposal states subcontracting will comply with Limitations on Subcontracting if used, but no approach to tracking/compliance

Partially Covered

Add explicit self-performance percentage plan and method for tracking dollars by period.

52.223-2 Reporting of Biobased Products

Annual reporting at SAM.gov with copy to CO by Oct 31 and at end of performance

Proposal references 'DOI Green Acquisition expectations' generally but does not mention reporting requirement or cadence

Gap

Compliance risk (reporting). Add explicit commitment to 52.223-2 reporting and internal tracking of biobased purchases.

DOI Green Acquisition (policy text)

Best efforts to provide services promoting environment/health; green purchasing initiatives

Proposal states will perform consistent with DOI Green Acquisition expectations

Partially Covered

Add concrete practices (spill kits, biodegradable products where feasible, idling limits, waste management) to strengthen alignment.

52.237-1 Site Visit

Offerors urged/expected to inspect; failure not grounds for claim

Proposal mentions optional site visit after award; no statement acknowledging site visit clause expectation

Gap

Low/medium risk; add acknowledgement that offeror has inspected or will inspect and assumes conditions.

52.217-7 option exercise notice within 5 days; delivery continues at same rate unless agreed

Proposal references 52.217-7 and options; no acknowledgement of 5-day exercise window mechanics

Partially Covered

Low risk; add acceptance of option exercise mechanics.

52.217-8 extend services up to 6 months

Not addressed

Gap

See PR-8.

52.232-40 accelerated payments to small business subcontractors (if applicable)

If using subs, accelerate payments when Government accelerates

Not addressed

Gap

Add statement to comply if subcontracting used.

Record access/audit (52.212-5(d) Comptroller General exam)

Maintain directly pertinent records; access for 3 years after final payment

Proposal generally mentions documentation for inspection/acceptance; not records retention/access

Gap

Add records retention/access commitment for invoices, shift tickets, map products, training/quals proof.

Operational & Safety Detail Gaps (Not Explicitly Required but Reduces Performance Risk)

AreaExpectation implied by PWS / best practiceWhat proposal includesStatusRisk/Recommendation

Qualifications detail

NWCG-qualified: include key positions/certs (FFT1/FFT2, FIRB, ENGB, etc.) and proof available

States NWCG qualified; no specific quals list

Partial

Add staffing matrix: role, NWCG quals, red card currency, medical/pack test level.

Communications plan

Coordination with Burn Boss/POC; non-duty hours; radio compatibility

Mentions communications checks and pathways but no specifics

Partial

Add comms plan: frequencies, call signs, backup (cell/sat), check-in/out, emergency procedures.

Medical plan

Remote work, hiking; need for medical response/first aid

Not described

Gap

Add medical response plan, EMT/first aid capability, extraction routes, nearest hospital info (coordinate with POC).

Equipment list (non-GFE)

Contractor provides all other equipment; ensure list supports tasks (saws, pumps? water handling, tools, PPE)

General statement; no inventory list

Partial

Add equipment manifest per module + dozer support gear; confirm chainsaw PPE and spark arresters, etc.

Dozer environmental controls

Travel routes, cleaning to prevent invasive species, refueling containment

General spill prevention and minimizing impacts

Partial

Add dozer BMPs: wash before mobilization, refuel containment, drip pans, spill kit, reporting protocol.

Mapping deliverables acceptance

Define deliverable format, update frequency, handoff to Government

States will develop/maintain geo-referenced digital products; change-aware workflow

Partial

Add deliverable specs: file types, datum/projection, attribute schema, update cadence, final handover package.

Risk Register (Gaps/Partials → Impact)

Risk IDRiskCause (Gap/Partial)LikelihoodImpactOverall RiskMitigation Recommendation

R-1

Proposal deemed nonresponsive or incomplete

Missing explicit completion of SF1449 blocks/required attachments; pricing schedule not shown

Medium

High

High

Include signed SF1449 (if required), completed quote schedule table, required reps/certs statement, and all submission items checklist.

R-2

Eligibility challenge under WOSB set-aside

Proposal does not affirm WOSB status/eligibility/certification

Medium

High

High

Add explicit WOSB eligibility statement and SBA certification/SAM screenshots or identifiers; confirm similarly situated subs if any.

R-3

Lower evaluation score on past performance

No past performance projects/references included

High

High

High

Add 3–5 relevant past performance narratives with contacts, scope similarity (prescribed fire support, modules/dozer), safety record.

R-4

Noncompliance with biobased product reporting

52.223-2 annual reporting not addressed

Medium

Medium

Medium

Add compliance statement and internal tracking/reporting procedure; assign responsible role.

R-5

Ambiguity on supply chain/telecom representations (889, ByteDance, FASCSA)

Only generic 'comply' statement without explicit does/does-not representations

Medium

Medium

Medium

Add explicit representations consistent with 52.204-24/26 and internal policies (device/app restrictions).

R-6

Labor standards compliance dispute

SCLS/EO wage/PSL obligations not operationalized in proposal

Low

High

Medium

Add explicit payroll compliance commitments; confirm ability to adjust under 52.222-43 if applicable.

R-7

After-hours coordination/safety incident escalation confusion

Duty hours and POC availability constraints not fully addressed; comms plan not detailed

Medium

Medium

Medium

Provide contact tree, after-hours procedure, and communications plan integrated with Burn Boss direction.

R-8

Records retention/audit issue

No explicit retention/access language

Low

Medium

Low/Medium

Add records retention statement aligned to 52.212-5(d) requirements for directly pertinent records.

Actionable Recommendations to Enhance Alignment (No Timelines)

PriorityRecommendationSpecific Change to input_proposal.docxRequirement(s) Addressed (solicitation_text.docx)Expected Benefit

High

Add a solicitation compliance matrix as an appendix

Create a table mapping each PWS paragraph + key clauses to proposal sections and attachments

PWS core + clauses; reduces ambiguity

Improves evaluator confidence; reduces 'not addressed' findings.

High

Include explicit WOSB eligibility representation

Add statement: firm is a WOSB eligible under SBA program; include UEI/CAGE and certification status/location in SAM/SBA

Set-aside eligibility in SF1449/52.212-3

Reduces award ineligibility risk.

High

Provide past performance package

Add 3–5 project sheets: customer, scope, acres/burn units, resources (modules/dozer), safety performance, references

52.212-2 evaluation (past performance)

Improves best-value competitiveness.

High

Attach completed pricing schedule in SF1449 format

Provide line-item table: resource, qty, days, $/day, extended; options line items; totals

Quote schedule + options evaluation

Avoids nonresponsive/price evaluation issues.

Medium

Add explicit acknowledgement of firm-fixed-price unit pricing and 52.217-8

State $/day rates are firm-fixed; acknowledge option to extend services up to 6 months at contract rates (subject to SCLS adjustments where applicable)

52.216-1, 52.217-8

Prevents future disputes; signals clause awareness.

Medium

Strengthen clause-driven compliance statements with explicit representations

Add explicit 'does not use/provide covered telecom' (or disclosures), ByteDance app prohibition compliance, FASCSA order compliance statement

52.204-24/26/27/30; 52.212-5 addenda

Reduces supply-chain representation ambiguity.

Medium

Add 52.223-2 biobased reporting commitment

Add a short compliance paragraph: track biobased purchases; report via SAM.gov with CO copy by Oct 31 annually and at end of performance

52.223-2

Reduces reporting noncompliance risk.

Medium

Add operational annexes (comms/medical/equipment)

Provide brief annexes: comms plan; medical response; equipment/PPE inventory per module; dozer BMPs/spill plan

Operational readiness implied by PWS + refuge sensitivity

Reduces performance and safety risk; improves technical score.

Low

Add records retention/audit cooperation statement

State retention of directly pertinent records for 3 years after final payment and provide access as required

52.212-5(d) Comptroller General exam of records

Reduces audit/compliance risk.

Riftur revealed that this submission is strongest where it directly states resource commitments and execution obligations, including module/dozer availability, ordering lead times, mapping support, duty-day equivalency, and escaped-fire actions. It also surfaced several high-leverage compliance blockers that are more likely to affect evaluability than any additional narrative about burn methods, notably missing evidence of completed offer-form elements (SF1449 blocks, signatures, and required attachments) and only narrative-level pricing schedule alignment. The analysis flagged eligibility exposure because the set-aside status is recognized but the offeror’s WOSB eligibility is not explicitly represented, which can make the offer ineligible even if the technical approach is sound. It identified evaluated past performance as a primary scoring vulnerability because the provided text includes no project references despite past performance being a stated discriminator. It further pinpointed clause acknowledgment and representation gaps, including ambiguous Section 889 and covered-application/supply-chain statements, incomplete labor standards posture, and an unaddressed biobased products reporting requirement. Finally, it highlighted auditability and administration risks tied to limited records-retention language and only partial invoicing attachment commitments, which can affect acceptance, payment, and post-award defensibility. These findings clarify that risk is concentrated in representations, attachments, and verifiable offer-form commitments, while the operational PWS alignment is already comparatively solid.

© 2025 Riftur — All Rights Reserved