# MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026 - Requirements Matrix

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

This solicitation includes 26 required obligations and 0 attachment-derived requirements.

## Matrix Summary
- Requirements: 31
- Sections: 10
- Evidence confidence: Moderate confidence
- Mandatory: 26

## What to Verify Before Drafting Starts
- Due date: Submit the proposal by the end of April 2026.
- Pricing sheet: Submit a total Firm-Fixed-Price (FFP) between $50 and $100 for two individuals to attend a one-hour virtual Postaward Conference, documented on Attachment 0001 Cover Letter.
- Exceptions: Offerors will receive 10,000 points per Qualifying Project (QP) that has an Exceptional Past Performance Rating in all CPARS or PPQ evaluation areas (Quality, Schedule, Cost Control, Management, and Small Business Subcontracting).
- Proposal package: Submit proposals through the Digital Market Portal.

## Requirements by Section

### Technical
- Requirement: 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.
  - Obligation: Required
  - What to prepare: Technical approach / solution architecture response
  - Row confidence: Moderate confidence
  - Citation: M.5.2 RELEV ANCE: 1940 · p.51
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: M.5.2 RELEV ANCE: 1940
  - Page: 51
  - Relevant passage: M.5.2 RELEV ANCE: 1940 1941 Large Businesses, Emerging Large Businesses, Small Businesses, and 1942 Commercial-Sector Vendors: 1943 The Government will evaluate each QP submitted by the Offeror to determine its 1944 relevance to the Technical Capabilities identified for each Domain in PWS.
  - Evidence confidence: Moderate confidence
- Requirement: Offerors must submit documentation demonstrating that they hold an active Secret Facility Clearance.
  - Obligation: Required
  - What to prepare: Secret Facility Clearance Documentation
  - Row confidence: Moderate confidence
  - Citation: 2. Emerging Large Businesses: 1271 · p.34
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: 2. Emerging Large Businesses: 1271
  - Page: 34
  - Relevant passage: 1278 • Active Secret Facility Clearance 1279 o Offerors shall submit documentation to demonstrate that they hold an 1280 active Secret Clearance.
  - Evidence confidence: Moderate confidence
- Requirement: 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.
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: L.2.2 VOLUME II – SCORECARD (ATTACHMENT 0002) 1184 · p.32
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.2.2 VOLUME II – SCORECARD (ATTACHMENT 0002) 1184
  - Page: 32
  - Relevant passage: L.2.2 VOLUME II – SCORECARD (ATTACHMENT 0002) 1184 Each Offeror shall calculate and submit a numerical self-score as part of its proposal Attachment 1185
  - Evidence confidence: Moderate confidence
- Requirement: Submit up to three Qualifying Projects per Domain using Attachment 0003, including the required certifications and supporting contract documents.
  - Obligation: Required
  - What to prepare: Attachment 0003 Qualifying Project
  - Row confidence: Moderate confidence
  - Citation: L.2.3.2 QP SUBMISSION · p.42
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.2.3.2 QP SUBMISSION
  - Page: 42
  - Relevant passage: Offerors shall fully complete Attachment 0003 “Qualifying Project Form” for each QP and submit it as part of their proposal The form requires two (2) signed certifications from both the offeror and the representative of the contracting party
  - Evidence confidence: Moderate confidence
- Requirement: Offerors will receive 10,000 points per Qualifying Project (QP) that has an Exceptional Past Performance Rating in all CPARS or PPQ evaluation areas (Quality, Schedule, Cost Control, Management, and Small Business Subcontracting).
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: M.5.4 PERFORMANCE QUALITY: 2029 · p.53
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: M.5.4 PERFORMANCE QUALITY: 2029
  - Page: 53
  - Relevant passage: Offerors will receive points based on how many of 2035 their submitted QPs have all evaluation areas of the CPARS (Quality, Schedule, Cost 2036 Control, Management, and Small Business Subcontracting) or PPQ rated as follows: 2037 2038 • The Offeror will receive 10,000 points per QP with Exceptional PP Rating in 2039 all CPARS/PPQ elements.
  - Evidence confidence: Moderate confidence
- Requirement: The proposal shall be clear, concise, and shall include sufficient detail for effective 1051 evaluation and for substantiating the validity of stated claims.
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: 5. The proposal shall be clear, concise, and shall include sufficient detail for effective 1051 · p.29
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: 5. The proposal shall be clear, concise, and shall include sufficient detail for effective 1051
  - Page: 29
  - Relevant passage: The proposal shall be clear, concise, and shall include sufficient detail for effective 1051 evaluation and for substantiating the validity of stated claims.
  - Evidence confidence: Moderate confidence
- Requirement: Offerors proposing to multiple domains must submit a separate proposal for each domain.
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: 8. Offerors proposing to multiple Domains must submit a separate proposal for each. The 1070 · p.29
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: 8. Offerors proposing to multiple Domains must submit a separate proposal for each. The 1070
  - Page: 29
  - Relevant passage: Offerors proposing to multiple Domains must submit a separate proposal for each.
  - Evidence confidence: Moderate confidence
- Requirement: GOVERNMENT ACCEPTABLE SYSTEMS 1358 If the Offeror has any of the following systems they shall provide documentation to 1359 demonstrate that the systems have been reviewed and determined acceptable by the 1360 Government.
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: A. GOVERNMENT ACCEPTABLE SYSTEMS 1358 · p.36
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: A. GOVERNMENT ACCEPTABLE SYSTEMS 1358
  - Page: 36
  - Relevant passage: GOVERNMENT ACCEPTABLE SYSTEMS 1358 If the Offeror has any of the following systems they shall provide documentation to 1359 demonstrate that the systems have been reviewed and determined acceptable by the 1360 Government.
  - Evidence confidence: Moderate confidence

### Contractual / Admin
- Requirement: Submit the required scorecard documentation and supporting proof for the claimed systems, certifications, rate agreements, and other scoring elements.
  - Obligation: Required
  - What to prepare: Systems and certifications scorecard evidence package
  - Row confidence: Moderate confidence
  - Citation: L.2.2 VOLUME II – SCORECARD (ATTACHMENT 0002) · p.32
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.2.2 VOLUME II – SCORECARD (ATTACHMENT 0002)
  - Page: 32
  - Relevant passage: The Offeror will need to choose the correct corresponding “Scorecard” for their business size (Large Business, Emerging Large Business, Small Business, or Commercial-Sector Vendor) for each Domain they are proposing to. Offerors shall compile all supporting documents and Scorecard as one (1) PDF to submit.
  - Evidence confidence: Moderate confidence
- Requirement: 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.
  - Obligation: Required
  - What to prepare: Purchasing system verification package
  - Row confidence: Moderate confidence
  - Citation: MAPS · p.34
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: MAPS
  - Page: 34
  - Relevant passage: 1243 • Government Determined Acceptable Purchasing System 1244 o The Offeror shall provide verification from DCMA, or any CFA, of 1245 Government determined acceptable purchasing system in a single PDF file 1246 format to include: 1247  Part 1 – Provide the UEI and CAGE Code of the Business Entity 1248 that is being credited, and POC information that includes the name, 1249 address, phone number, and email of the re
  - Evidence confidence: Moderate confidence
- Requirement: 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.
  - Obligation: Required
  - What to prepare: Property management system verification package
  - Row confidence: Moderate confidence
  - Citation: SYSTEM 1366 · p.37
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: SYSTEM 1366
  - Page: 37
  - Relevant passage: SYSTEM 1366 1367 The Offeror shall provide current verification from DCMA, or any CFA of an audited 1368 and Government determined acceptable property management system in a single PDF 1369 file format to include the following information: 1370 • Part 1 – Provide the UEI and CAGE Code of the Business Entity that is being 1371 credited, and the point of contact information that includes the name, address, 1372 phone n
  - Evidence confidence: Moderate confidence
- Requirement: The Government will award no more than one contract per Domain to a single legal entity, including any parent, subsidiary, or affiliate.
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: H.7 One Contract Per Entity · p.23
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: H.7 One Contract Per Entity
  - Page: 23
  - Relevant passage: The Government will award no more than one (1) contract per Domain to a single legal entity including any parent, subsidiary, or affiliate.
  - Evidence confidence: Moderate confidence
- Requirement: Offerors must submit documentation of their SAM.gov registration.
  - Obligation: Required
  - What to prepare: Transition / contractual compliance approach
  - Row confidence: Moderate confidence
  - Citation: 4. Commercial-Sector Vendors: 1338 · p.36
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: 4. Commercial-Sector Vendors: 1338
  - Page: 36
  - Relevant passage: 1339 o Offerors shall submit documentation of their SAM.gov registration.
  - Evidence confidence: Moderate confidence

### Submission
- Requirement: Ensure proposal remains valid for at least 360 calendar days from receipt.
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: L.1 GENERAL INSTRUCTIONS & COMPLIANCE · p.29
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.1 GENERAL INSTRUCTIONS & COMPLIANCE
  - Page: 29
  - Relevant passage: The entire proposal shall remain valid for a minimum of 360 calendar days from receipt by the Government. Proposals offering a shorter period will not be considered for award.
  - Evidence confidence: Moderate confidence
- Requirement: Submit proposals through the Digital Market Portal.
  - Obligation: Required
  - What to prepare: Digital Market Portal Account
  - Row confidence: Moderate confidence
  - Citation: L.1 GENERAL INSTRUCTIONS & COMPLIANCE · p.28
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.1 GENERAL INSTRUCTIONS & COMPLIANCE
  - Page: 28
  - Relevant passage: Proposal submissions will be made through the Digital Market Portal. Instructions for setting up user accounts are in Appendix A.
  - Evidence confidence: Moderate confidence
- Requirement: Submit Attachment 0001 Cover Letter Form including point of contact, proposed domains, company details, CAGE codes, business size, and firm-fixed-price submission information.
  - Obligation: Required
  - What to prepare: Attachment 0001 Cover Letter Form
  - Row confidence: Moderate confidence
  - Citation: L.2.1 VOLUME I – COVER LETTER (ATTACHMENT 0001) · p.31
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.2.1 VOLUME I – COVER LETTER (ATTACHMENT 0001)
  - Page: 31
  - Relevant passage: Offerors shall submit Attachment 0001 “Cover Letter Form” that consists of the following information: • Point of Contact for Proposal; • Domain(s) Offeror is proposing to; • Company Name; • Business Size; • Company Commercial and Government Entity (CAGE) Code as well as the Parent Company CAGE Codes; • Affiliate/Subsidiary Information (if applicable); • Joint Venture/Mentor Protégé Information and copy of signed agreement (if applicable); • Organizational Conflict of Interest (OCI); and, • Firm-Fixed-Price (FFP) Submission
  - Evidence confidence: Moderate confidence
- Requirement: Provide a Small Business Subcontracting Plan in accordance with FAR 19.206 if proposing as a Large Business.
  - Obligation: If Applicable
  - Applicability / trigger: Offeror is a Large Business concern
  - What to prepare: Small Business Subcontracting Plan
  - Row confidence: Moderate confidence
  - Citation: L.2.4 VOLUME IV – SMALL BUSINESS SUBCONTRACTING PLAN · p.44
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.2.4 VOLUME IV – SMALL BUSINESS SUBCONTRACTING PLAN
  - Page: 44
  - Relevant passage: Large Businesses Only: Offerors that are Large Business concerns for any NAICS within the proposed Domains shall provide a Small Business Subcontracting Plan in accordance with FAR 19.206
  - Evidence confidence: Moderate confidence

### Security / Privacy
- Requirement: 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.
  - Obligation: Required
  - Applicability / trigger: Proposing as a Joint Venture
  - What to prepare: Active Secret Facility Clearance / CMMC Certification
  - Row confidence: Moderate confidence
  - Citation: L.1.1.3 JOINT VENTURES (JV) · p.31
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.1.1.3 JOINT VENTURES (JV)
  - Page: 31
  - Relevant passage: The JV or the individual partner(s) of the JV that will be performing the necessary security work shall have the Active Secret Facility Clearance. Every member of the JV that processes, stores, or transmits data must hold their own CMMC certification. A JV can rely on a managing partner’s CMMC certification if the JV intends to use the managing partner's IT systems
  - Evidence confidence: Moderate confidence
- Requirement: Contractor employees with security clearances must receive annual TARP training conducted by a CI agent or specified trainer per AR 381-12.
  - Obligation: Required
  - Applicability / trigger: If contractor employees hold security clearances
  - Row confidence: Moderate confidence
  - Citation: MAPS · p.12
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: MAPS
  - Page: 12
  - Relevant passage: For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b.
  - Evidence confidence: Moderate confidence
- Requirement: 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.
  - Obligation: Required
  - What to prepare: Accounting System Audit Report or DCMA/CFA Letter
  - Row confidence: Moderate confidence
  - Citation: MAPS · p.38
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: MAPS
  - Page: 38
  - Relevant passage: Provide a copy of the Offeror’s official accounting system audit report and/or official letterhead from DCMA or CFA verifying the adequacy of the accounting system.
  - Evidence confidence: Moderate confidence
- Requirement: Complete AT Level 1 awareness training for all employees requiring access to Army installations within 30 days of contract start.
  - Obligation: If Applicable
  - Applicability / trigger: Requires access to Army installations
  - Row confidence: Moderate confidence
  - Citation: 4.2.1 AT LEVEL 1 TRAINING · p.10
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: 4.2.1 AT LEVEL 1 TRAINING
  - Page: 10
  - Relevant passage: All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level 1 awareness training within 30-calendar days after contract start date
  - Evidence confidence: Moderate confidence

### Deliverables
- Requirement: Submit an APG Vendor Report if incorporated at the Task Order level for Task Orders with a CPFF-Term CLIN.
  - Obligation: If Applicable
  - Applicability / trigger: Task Orders with a CPFF-Term CLIN
  - Row confidence: Moderate confidence
  - Citation: H.17 APG Vendor Report · p.27
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: H.17 APG Vendor Report
  - Page: 27
  - Relevant passage: The paragraph shall only apply to Task Orders with a CPFF-Term CLIN. If incorporated, the Government will provide the necessary oversight, management, and review of cost and performance data submitted IAW the Performance and Cost Report
  - Evidence confidence: Moderate confidence
- Requirement: Utilize the eCRAFT System to report all contract expenditures for Task Orders containing Cost-Reimbursement type CLINs.
  - Obligation: If Applicable
  - Applicability / trigger: Task Orders contain Cost-Reimbursement type CLINs
  - Row confidence: Moderate confidence
  - Citation: H.18 ELECTRONIC COST REPORTING AND FINANCIAL TRACKING (eCRAFT) SYSTEM REPORTING · p.27
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: H.18 ELECTRONIC COST REPORTING AND FINANCIAL TRACKING (eCRAFT) SYSTEM REPORTING
  - Page: 27
  - Relevant passage: If incorporated, the Contractor shall utilize the eCRAFT System, for Task Orders that contain Cost-Reimbursement type CLINs, to report all contract expenditures in accordance with the “Funds and Man-Hours Expenditure Report” (eCRAFT Vendor Report).
  - Evidence confidence: Moderate confidence
- Requirement: Report all contractor and subcontractor labor hours via the eCMRA site by October 31 annually.
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: 5.1 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (eCMRA) · p.15
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: 5.1 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (eCMRA)
  - Page: 15
  - Relevant passage: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ACC-APG via the eCMRA secure data collection site
  - Evidence confidence: Moderate confidence

### Evaluation
- Requirement: Each submitted Qualifying Project (QP) must meet minimum criteria: a total contract value of at least $2.5M, at least one year of performance not over four years old (for Large, Emerging Large, and Small Businesses), and align with one of the overarching NAICS codes.
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: L.2.3.2 QP SUBMISSION · p.43
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.2.3.2 QP SUBMISSION
  - Page: 43
  - Relevant passage: To be considered a QP, each submitted project must meet all the following minimum criteria: Meet or exceed a minimum total contract value of $2.5M; • For Large, Emerging Large and Small Businesses QPs shall have at least one (1) year of performance that is not over four (4) years old
  - Evidence confidence: Moderate confidence
- Requirement: The Government anticipates making approximately 70 awards per Domain, consisting of the top 30 Large Businesses (including 15 reserved for Emerging Large Businesses), top 25 Small Businesses, and top 15 Commercial-Sector Vendors, after which evaluation of remaining proposals will cease.
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: 30 Large Businesses (15 reserved for Emerging Large Businesses), top 25 Small Businesses, and 1781 · p.47
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: 30 Large Businesses (15 reserved for Emerging Large Businesses), top 25 Small Businesses, and 1781
  - Page: 47
  - Relevant passage: 1783 1784 The Government anticipates approximately 70 awards per Domain broken out as follows: top 30 1785 Large Businesses (15 reserved for Emerging Large Businesses), top 25 Small Businesses, and 1786 top 15 Commercial-Sector Vendors but reserves the right to upward or downward adjust the 1787 number of awards without limit.
  - Evidence confidence: Moderate confidence

### Schedule
- Requirement: Submit the proposal by the end of April 2026.
  - Obligation: Required
  - What to prepare: Complete proposal submission
  - Row confidence: Moderate confidence
  - Citation: Schedule · p.5
  - Source document: MAPS Draft 5 RFP Slides - 12MAR2026.pdf
  - Section: Schedule
  - Page: 5
  - Relevant passage: Listening Session End of March/ Beginning of April 2026 Solicitation Release End of April 2026 Proposal Due Date End of July/Beginning of August 2026 MAPS Award ▪ NOTE: Timeline is contingent upon Survey Results [[PAGE
  - Evidence confidence: Moderate confidence
- Requirement: Submit all questions or comments regarding Draft 4 no later than January 27th at 2:00 PM EST.
  - Obligation: Required
  - Row confidence: Moderate confidence
  - Citation: Schedule
  - Source document: MAPS RFP Draft 5, Virtual Listening Session & Survey!
  - Section: Schedule
  - Relevant passage: The relevant supporting documents and a link to the Q&A section. We kindly request that any questions or comments regarding this latest Draft 4 be submitted no later than January 27th at 2:00 PM EST. These will be addressed during the upcoming Industry Update. Regarding the in-person event, our team is closely monitoring the weather. At this time, there are no changes to the event's status. Should there be any updates, we will inform you promptly. As a reminder, we highly encourage carpooling and recommend arriving
  - Evidence confidence: Moderate confidence

### Pricing
- Requirement: Submit a total Firm-Fixed-Price (FFP) between $50 and $100 for two individuals to attend a one-hour virtual Postaward Conference, documented on Attachment 0001 Cover Letter.
  - Obligation: Required
  - What to prepare: Attachment 0001 Cover Letter Form
  - Row confidence: Moderate confidence
  - Citation: L.2.1.1 FIRM FIXED PRICE SUBMISSION · p.32
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.2.1.1 FIRM FIXED PRICE SUBMISSION
  - Page: 32
  - Relevant passage: Offerors will be required to submit a total FFP to attend a Government hosted virtual Postaward Conference. For pricing purposes, no more than two (2) people will be in attendance from each awardee’s company, and the conference will be for one (1) hour
  - Evidence confidence: Moderate confidence

### Key Personnel / Staffing
- Requirement: The place of performance for orders will be determined based on individual order requirements and may include Government sites, contractor sites, or both.
  - Obligation: If Applicable
  - Applicability / trigger: Individual task order requirements
  - What to prepare: Staffing plan / resumes
  - Row confidence: Moderate confidence
  - Citation: MAPS · p.17
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: MAPS
  - Page: 17
  - Relevant passage: 632 F.2 Place of Performance 633 The place(s) of performance for the orders will be determined for each order based on the order 634 requirements and may include Government sites and/or contractor sites.
  - Evidence confidence: Moderate confidence

### L.1.1.3
- Requirement: Propose as either a JV or a single offeror per Domain, not both. Include the JV agreement in Volume I explicitly stating whose systems the JV operates under.
  - Obligation: Required
  - Applicability / trigger: Proposing as a Joint Venture
  - What to prepare: JV Agreement
  - Row confidence: Moderate confidence
  - Citation: L.1.1.3 JOINT VENTURES (JV) · p.30
  - Source document: MAPS Request For Proposal (RFP) Draft 5 - 10MAR2026.pdf
  - Section: L.1.1.3 JOINT VENTURES (JV)
  - Page: 30
  - Relevant passage: Propose as either a JV or a single offeror per Domain, not both. Include the JV agreement in Volume I explicitly stating whose systems the JV operates under.
  - Evidence confidence: Moderate confidence
