Capture Assessment

MCCALL COMMUNICATIONS CONSULTING

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

Decision

Pursue this opportunity as a subcontractor to a Large Business.

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.

Case workspace - 5 views

Share
Export

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.

Path nuance

Non-prime path

MCC offers strong value as a teaming partner by providing SDVOSB credit, a Top Secret Facility Clearance, and ISO 9001/27001 certifications.

Recommended capture actions

  1. Conduct immediate outreach to current prime partners on ITES-3 and ENCORE 3 to discuss MAPS teaming.
  2. Produce a one-page capability-to-scope map that shows where the company fits and where it does not.
  3. 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.

This shortlist is ranked for go / no-go relevance rather than shown in source order.

Priorities 10
Mandatory 10
Buckets 3
Open Requirements Matrix
Disqualifiers / Hard Gates4 priorities

Offerors must submit documentation demonstrating that they hold an active Secret Facility Clearance.

Required

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.

Required

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

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
Commercial / Pricing Risk3 priorities

Submit the required scorecard documentation and supporting proof for the claimed systems, certifications, rate agreements, and other scoring elements.

Required

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

The contractor must ensure compliance with DoD specifications, industry standards, and other required documentation as specified at the task order level.

Required
Execution / Compliance Risk3 priorities

Contractor access to classified information and overarching security requirements must comply with the specifications in the basic DD Form 254.

Required

Offerors must follow all instructions in the RFP to be considered eligible for award.

Required

Contractor personnel are authorized to accompany US Armed Forces deployed outside the US in contingency, humanitarian, peacekeeping, or other military operations or exercises when designated by the combatant commander.

Required

Opportunity

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

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

MCCALL COMMUNICATIONS CONSULTING

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