Overview
Draft a multi-volume proposal response to a federal or state government RFP/RFQ, including Technical, Management, Past Performance, and Price/Cost volumes aligned with FAR Part 15 and APMP best practices.
Responding to a federal RFP requires four tightly integrated volumes — Technical, Management, Past Performance, and Price/Cost — each scored against Section M evaluation criteria. Compliance failures (missing a Section L instruction) mean rejection; responsiveness failures (weak Section M coverage) mean low scores. This skill produces all four volumes with a compliance matrix tracing every requirement, win themes woven throughout, action captions on every section, and contract-type-aware pricing guidance covering FFP, CPFF, CPAF, CPIF, T&M, and IDIQ vehicles.
Getting Started
Add your source materials to the project workspace — the solicitation PDF (Sections B through M), any amendments, incumbent contract information, past performance references, staffing data, and indirect rate sheets — then activate the Government Contractor Proposal Response skill. The agent will guide you through solicitation analysis, compliance matrix construction, win theme development, and volume drafting.
Example Conversation
Below is an example of how a typical proposal response session unfolds. The agent analyzes the solicitation, builds a compliance matrix, develops win themes, and iteratively drafts and validates each volume.
You: We need to respond to an IT services RFP from the Department of Veterans Affairs. Solicitation number 36C10X25R0042. It’s a Best Value Tradeoff, CPFF, full-and-open competition. NAICS 541512. Five-year IDIQ with task orders.
Agent: I’ll help you draft the multi-volume proposal. Let me gather the solicitation profile:
- What are the Section M evaluation factors and their order of importance?
- What are the Section L page limits for each volume?
- Does Section H specify key personnel requirements or OCI provisions?
- Does Section I include FAR 52.219-9 (small business subcontracting plan)?
- Are there CDRL/DID deliverable requirements in Section J?
- What’s your company’s size status — large or small business?
You: Section M: Technical Approach (most important), Management Approach (second), Past Performance (third), Price (least important but evaluated for realism). Page limits: Tech 50 pages, Management 30 pages, Past Performance 20 pages, Price no limit. Section H requires a Program Manager and a Chief Architect as key personnel. Yes, FAR 52.219-9 is in Section I. We’re a large business.
Agent: Good — Best Value Tradeoff with technical most important means we should emphasize excellence, not just compliance. Since you’re a large business on a full-and-open CPFF contract, you’ll need a small business subcontracting plan (FAR 52.219-9 / FAR 19.702).
I’ve built the compliance matrix from Section L/M. Here are 3 items that need clarification:
Section Ref Requirement Issue L.5.2.3 “Describe DevSecOps pipeline” Section M doesn’t list DevSecOps as a subfactor — include in Technical Approach or as a separate section? L.6.1 “Provide organizational chart” Section L says “functional org chart” but Section M evaluates “management structure” — recommend a hybrid chart M.3.2 “Relevance of past performance” Section L allows 5 citations but M says “at least 3” — recommend 4 citations to show breadth without diluting strength Let me also flag: since this is CPFF, your Price/Cost Volume must include rate justification with DCAA-approved indirect rates. Certified cost or pricing data (FAR 15.403-1) is required because the contract value likely exceeds $2M. Do you have DCAA-approved rates?
You: Yes, DCAA-approved rates from our last audit. Let’s put DevSecOps under Technical Approach, use the hybrid org chart, and go with 4 past performance citations. Our win themes are: (1) 15 years of VA-specific experience, (2) 98% SLA attainment on our current VA contract, (3) FedRAMP-authorized platform, (4) 40% faster deployment through our proprietary CI/CD framework.
Agent: Strong themes — especially VA-specific experience and the current SLA attainment for a BVT evaluation. Let me draft the Technical Volume first.
I’ve built the Technical Volume and run the compliance checker. There are 2 errors:
- [ERROR] Compliance matrix: 2 requirement(s) not mapped to proposal sections: L.5.4.1: Describe approach to Section 508 accessibility compliance; L.5.4.2: Data migration strategy for legacy systems
- [ERROR] Price/Cost: Missing basis of estimate (labor rates, hours, methodology).
The Section 508 and data migration requirements were buried in Section J attachments. Let me add those to the Technical Volume. For the Price/Cost Volume — can you share the labor categories, estimated hours, and indirect rate structure?
Sample Output Excerpt
Below is a representative excerpt from a generated proposal, showing a Technical Volume section and a Past Performance citation — the sections where evaluation scoring is won or lost.
Volume I: Technical Approach — Section 3.2: DevSecOps and Continuous Delivery
Our FedRAMP-authorized CI/CD pipeline reduces deployment risk and accelerates time-to-production by 40% compared to traditional waterfall delivery.
VeteranTech’s DevSecOps approach integrates security scanning at every stage of the software development lifecycle, directly addressing the PWS requirement for “automated, continuous security monitoring of all deployed applications” (PWS §C.3.4.2).
Pipeline Architecture. Our CI/CD framework operates within our FedRAMP High-authorized AWS GovCloud environment:
| Stage | Tools | Security Gate | SLA |
|---|---|---|---|
| Code commit | GitLab CI, SonarQube | SAST scan — no Critical findings | < 10 min |
| Build | Jenkins, Docker | Container image vulnerability scan (Prisma Cloud) | < 15 min |
| Test | Selenium, JMeter | DAST scan + performance regression | < 30 min |
| Stage | Terraform, Ansible | OSCAP compliance check against VA STIG baseline | < 20 min |
| Production | ArgoCD, Kubernetes | Final approval gate — Change Advisory Board for major releases | Per VA ITSM process |
Risk Mitigation. Our blue-green deployment strategy eliminates downtime during releases. If a deployment fails post-release health checks, automated rollback restores the previous version within 3 minutes — meeting the PWS §C.5.1 requirement for 99.9% availability. On our current VA EHR Modernization contract (FA8732-21-D-0015), this approach achieved 98.2% SLA attainment across 847 production deployments over 36 months with zero unplanned outages attributable to deployment failures.
Volume III: Past Performance — Citation 1
Contract Reference
| Element | Detail |
|---|---|
| Contract name | VA Electronic Health Record Modernization — Infrastructure Support |
| Agency | Department of Veterans Affairs, Office of Information and Technology (OIT) |
| Contract number | FA8732-21-D-0015, Task Order 0003 |
| Contract type | CPFF |
| Period of performance | October 1, 2021 – September 30, 2026 (current) |
| Total contract value | $87.4M (task order ceiling) |
| Annual value | $17.5M |
Relevance. This contract is directly relevant to the current requirement in scope (enterprise IT infrastructure for VA), scale ($17.5M annually vs. $15M estimated for the current solicitation), complexity (FedRAMP High environment, 200+ microservices, 47 VA medical centers), and contract type (CPFF). Our team of 85 FTEs includes the same Program Manager (Jane Rodriguez) and Chief Architect (Michael Chen) proposed for this effort.
Performance. VeteranTech achieved an overall CPARS rating of Exceptional for the most recent evaluation period (FY2025). Key accomplishments:
- Migrated 47 VA medical centers to cloud-hosted EHR infrastructure — 100% on schedule, 3% under budget
- Maintained 98.2% SLA attainment against a 97% threshold (417 consecutive days without a P1 incident)
- Reduced mean time to resolution (MTTR) for P2 incidents from 4.2 hours (incumbent baseline) to 1.8 hours
- Deployed VA’s first FedRAMP High-authorized container orchestration platform, reducing infrastructure provisioning from 6 weeks to 48 hours
Point of Contact: Sarah Williams, Contracting Officer’s Representative (COR), VA OIT; (202) 555-0147; sarah.williams@va.gov
Built-in Validation
The skill includes a proposal compliance checker that validates the proposal against its compliance matrix and FAR Part 15 requirements. The agent runs it after drafting to ensure no Section L/M requirement is missed before final review.
What the validator checks
| Check Category | What It Validates | Severity |
|---|---|---|
| Solicitation info | Solicitation number, agency, contract type, NAICS code | ERROR / WARNING |
| Compliance matrix | Every Section L instruction and Section M criterion mapped to a proposal section | ERROR if any unmapped |
| Win themes | 3-5 discriminating themes defined | ERROR if missing; WARNING if fewer than 3 |
| Technical Volume | Technical approach, technical understanding, risk mitigation, action captions | ERROR / WARNING |
| Management Volume | Management approach, staffing plan, key personnel, org chart, QA/QC | ERROR / WARNING |
| Past Performance | Citation completeness: contract reference (number, agency, value), relevance narrative, performance narrative, point of contact | ERROR per missing element |
| Price/Cost Volume | Basis of estimate, rate justification (contract-type-aware: ERROR for CPFF/CPAF/CPIF/T&M, WARNING for FFP) | ERROR / WARNING |
| Small business | Set-aside status specified; large business subcontracting plan reminder (FAR 52.219-9) | WARNING |
| SAM.gov | Active registration reminder (FAR 4.1102) — administrative pass/fail disqualifier | WARNING |
| OCI | Organizational Conflict of Interest assessment reminder (FAR Subpart 9.5) | WARNING |
Severity levels
- ERROR — A required proposal element is missing. The proposal would be non-compliant (rejected) or non-responsive (scored poorly) without it.
- WARNING — A recommended element or administrative check that should be addressed to avoid evaluation risk or disqualification.
Example validation output
========================================================================
Government Contractor Proposal — Compliance Check
========================================================================
--- Errors (must fix) ---
[ERROR] Compliance matrix: 2 requirement(s) not mapped to proposal
sections: L.5.4.1: Describe approach to Section 508 accessibility
compliance; L.5.4.2: Data migration strategy for legacy systems
[ERROR] Price/Cost: Missing basis of estimate (labor rates, hours,
methodology).
[ERROR] Price/Cost: Missing rate justification (GSA schedule,
DCAA-approved rates, market comparables). Required for cost-type
and T&M contracts. Certified cost or pricing data (FAR 15.403-1)
is mandatory when contract value exceeds $2M unless a FAR
15.403-1(b) exception applies.
--- Warnings (recommended) ---
[WARNING] Only 2 win theme(s). Recommend 3-5 for competitive
differentiation.
[WARNING] Technical Volume: Missing risk mitigation section.
[WARNING] Management Volume: Organizational chart not included.
[WARNING] Confirm SAM.gov registration is active (FAR 4.1102). An
expired or missing SAM.gov registration is an administrative
pass/fail disqualifier.
[WARNING] Organizational Conflict of Interest (OCI): Review
solicitation Section H for OCI provisions (FAR Subpart 9.5). If
the offeror (or a teaming partner) has an OCI, a mitigation plan
or waiver request must be included.
========================================================================
The agent runs the compliance checker automatically after drafting and surfaces findings inline, so you always know which requirements are covered and which gaps remain before final review and submission.