# MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026 - Capture Assessment

- Company: MCCALL COMMUNICATIONS CONSULTING
- SAM URL: https://sam.gov/opp/d38deedc708c4d02bae50df6c5e7e62a

MCC is highly positioned to join a winning team as an SDVOSB subcontractor leveraging its Top Secret Facility Clearance and ISO certifications. A prime bid is blocked by the CMMC Level 2 hard gate and a lack of approved business systems required for the self-scoring matrix.

## Why This Call Lands Here
- Subcontracting past performance permitted: Allows MCC to leverage its $8.3M subaward to add value to a prime's bid.
- Highly competitive self-scored IDIQ: Prime awards require maximizing points across systems and past performance.
- High-value subcontracting partner: Makes subcontracting highly viable and attractive to primes.
- CMMC Level 2 Hard Gate: Blocks the prime path entirely.

## Recommended Capture Actions
- Conduct immediate outreach to current prime partners on ITES-3 and ENCORE 3 to discuss MAPS teaming.
- Produce a one-page capability-to-scope map that shows where the company fits and where it does not.
- Review the Draft 5 Small Business Subcontracting Plan requirements to help Large Business targets understand how MCC boosts their evaluation score.

## Requirements That Shape the Proposal

### Technical
- The Government will evaluate each Qualifying Project (QP) submitted by the Offeror to determine its relevance to the Technical Capabilities identified for each Domain in the PWS. (Required) - M.5.2 RELEV ANCE: 1940 · p.51
- Offerors must submit documentation demonstrating that they hold an active Secret Facility Clearance. (Required) - 2. Emerging Large Businesses: 1271 · p.34
- Each Offeror shall calculate and submit the Attachment 0002 scorecard self-score as part of the proposal. For Outcome-Based Qualifying Projects, the Offeror shall only complete the Schedule and Completeness evaluation criteria on the applicable Attachment 0002 Scorecard. (Required) - L.2.2 VOLUME II – SCORECARD (ATTACHMENT 0002) 1184 · p.32

### Contractual / Admin
- Submit the required scorecard documentation and supporting proof for the claimed systems, certifications, rate agreements, and other scoring elements. (Required) - L.2.2 VOLUME II – SCORECARD (ATTACHMENT 0002) · p.32
- The Offeror shall provide verification from DCMA or any CFA of a Government-determined acceptable purchasing system in a single PDF file, including the UEI, CAGE Code, and POC information (name, address, phone number, and email) of the credited business entity. (Required) - MAPS · p.34
- The Offeror shall provide current verification from DCMA or a Cognizant Federal Agency (CFA) of an audited and Government-determined acceptable property management system in a single PDF file, including the credited entity's UEI, CAGE code, and point of contact information. (Required) - SYSTEM 1366 · p.37

### Submission
- Ensure proposal remains valid for at least 360 calendar days from receipt. (Required) - L.1 GENERAL INSTRUCTIONS & COMPLIANCE · p.29
- Submit proposals through the Digital Market Portal. (Required) - L.1 GENERAL INSTRUCTIONS & COMPLIANCE · p.28
- Submit Attachment 0001 Cover Letter Form including point of contact, proposed domains, company details, CAGE codes, business size, and firm-fixed-price submission information. (Required) - L.2.1 VOLUME I – COVER LETTER (ATTACHMENT 0001) · p.31

### Security / Privacy
- Joint Ventures must ensure performing partners hold an Active Secret Facility Clearance and that members processing data hold CMMC certification or utilize the managing partner's certified IT systems. Large Business offerors must provide documentation demonstrating CMMC Final Level 2 (self) or higher certification. (Required) - L.1.1.3 JOINT VENTURES (JV) · p.31
- Contractor employees with security clearances must receive annual TARP training conducted by a CI agent or specified trainer per AR 381-12. (Required) - MAPS · p.12
- Provide a copy of the official accounting system audit report or official letterhead from DCMA or CFA verifying the adequacy of the accounting system. Provide verification of an acceptable accounting system in a single PDF file including the UEI, CAGE Code, and Point of Contact information for the business entity representative. Reference the specific page number and paragraph in the audit report or letter that determines the adequacy of the accounting system. (Required) - MAPS · p.38

## Still to verify
- Will CMMC Final Level 2 (self) certification be strictly required at the time of proposal submission for all subcontractors, or only for the prime/JV entity? (Open question): Determines if MCC can participate as a subcontractor without holding its own CMMC Level 2 certification at the time of the proposal.

## Opportunity Context
- Agency / customer: DEPT OF DEFENSE W6QK ACC-APG
- Due date: 2028-12-31
- Place of performance: Aberdeen Proving Ground, Maryland, UNITED STATES
- Evaluation basis: The Government will evaluate proposals against mandatory screening questions and award contracts to the highest-rated technical offerors in each domain

## Company Context
- Company: MCCALL COMMUNICATIONS CONSULTING
- Core capabilities: Network Design, International Business Development, Capture Management, Price To Win Analysis, Communications Products & Services Logistics, Strategy Planning
- Strengths: Service-Disabled Veteran-Owned Small Business, ISO/IEC 27001:2022 certified ISMS, Experience on complex DoD networks
