Trident Blog

Keep up with all the latest content from Trident Proposals

What’s the Scoop on NASA SEWP VI?

government contracting gwac nasa sewp vi Nov 13, 2023
Night sky with duck wearing space helmet

 NASA's SEWP VI draft Request for Proposal (RFP) was officially released on September 8, 2023. We're here to provide you with a comprehensive understanding of all the recent updates. This blog serves as a consolidated resource, equipping interested partners to prepare effectively for SEWP VI and stay informed with the latest information on this significant opportunity. Expect regular updates containing guidance, FAQs, and professional tips to ensure you are well-prepared. Be sure to check back frequently for the latest news. For up-to-date information and additional resources, visit our Contract Vehicle page: https://www.tridentproposals.com/gsa-and-gwacs. Let's dive into this exciting journey together!


Table of Contents

  • What is the NASA SEWP Program?
  • What do we know about the Draft RFP?

*UPCOMING TOPICS – Coming Soon!*

  • Who should bid on SEWP VI?
  • What is the difference between SEWP V and SEWP VI?
  • What makes SEWP VI different than Alliant 3, Polaris, NIH CS, and GSA MAS?
  • Areas to Watch
  • How to Prepare

What is the NASA SEWP Program?

NASA Solutions for Enterprise-Wide Procurement (SEWP) is a government-wide acquisition contract (GWAC) managed by NASA's Goddard Space Flight Center. Used to purchase a wide range of information technology (IT) products (and limited services), it has been in operation for several decades and serves as a valuable procurement vehicle for NASA, all federal agencies, and approved federal agency support service contractors. As a GWAC, SEWP consists of over 140 pre-competed Prime Contract Holders, including more than 110 Small Businesses (source). SEWP V, a five-year plus 5 option year contract prior (total of 10 years), began on May 1, 2015, and is due to expire on April 30, 2025. With less than two years remaining on SEWP V, NASA has released a draft Request for Proposal (RFP) in anticipation of the final RFP for SEWP VI in February 2024.

FAST FACTS: SWEP VI is an order level multiple contract type GWAC with the ability to issue Firm-Fixed-Price, Time and Material, Labor Hour, Fixed Price Award Fee, and Fixed Price Incentive Fee. The North American Industry Classification System (NAICS) code for this acquisition is 541512 - Computer Systems Design Services but is not restricted to only NAICS code 54152. This opportunity will also use the United Nations Standard Products and Services Code (UNSPSC) for classification.

NASA SEWP provides a streamlined and cost-effective way for federal agencies to acquire IT products and services. It covers a broad spectrum of IT-related categories, including hardware, software, cloud computing, cybersecurity, telecommunications, audio-visual products, and related services. As the name suggests, the primary customer is NASA; however, other federal agencies can expedite IT purchases through the SEWP contract.  

NASA SEWP VI Draft RFP Overview / Upcoming Dates

All information below is based on the Draft Request for Proposal (DRFP) from September 2023 and Industry Day 2023.

Solicitation Number

Draft: RFP - 80TECH23R0001

Contract Ceiling

$25 billion

Period of Performance

10-year Period of Performance (PoP)

Customer Agencies

Multiple federal agencies (including NASA, DoD, and more)

Competition Type

Unrestricted (UNR) and Small Business (SB) set-asides

Evaluation Method

Phase 1 - Pass Mandatory Relevant Experience requirement with a current ISO 9001:2008 or 9001:2015 Certification of Conformity/Conformance; and

Phase 2 - Have an overall Neutral, Moderate, High, or Very High Level of confidence past performance rating; and

Phase 3 - Have overall High confidence in Mission Suitability: High Confidence in both subfactors- Management Approach and Technical Approach

# of Awards

TBD but expected to be equal or greater than the current SEWP V contract (140 Prime Contract Holders, including more than 100 SBs).

Anticipated TO Award Type(s)

GWAC contract with the ability to issue Firm-Fixed-Price, Time and Material, Labor Hour, Fixed Price Award Fee, and Fixed Price Incentive Fee.

Domains / Core Services

The NAICS code for this acquisition is 541512 - Computer Systems Design Services; however, it is not restricted to only NAICS code 54152. United Nations Standard Products and Services Code (UNSPSC) will also be used

Award Timeline

The anticipated contract award date is October 2024, with a May 1, 2025, contract effective date. Place of performance will be determined at the order level.

On Ramps

From the Reverse Industry Day in February 2023, “The government is still evaluating the need for an on-ramp and off-ramp and welcomes feedback from industry on this matter.”

Teaming

Permitted and Other Than Small Businesses will need to provide a SB contracting plan. For the purposes of evaluation, using relevant experience/past performance projects from teammates will not be permitted.


Opportunity Timeline (As of November 2023)

Draft RFP Released

Sept. 8, 2023

Comments on Draft RFP

Closed Oct. 23, 2023

Industry Day

Oct. 18, 2023

Final RFP Released

Expected February 2024 (“Before End of Winter” per Industry Day)

Submission Due Date

Proposals are expected to be due approximately 60 calendar days later

Expected Award

May 1, 2025* (updated during Industry Day)

 

How is this going to work?

Big picture, bidders need to be prepared to pass four steps to obtain an award as a qualifying offeror:

  • Step 1: Pass the mandatory REP requirement (see more below) with a current ISO 9001:2008 or 9001:2015 Certification of Conformity/Conformance. If you’re a SB, you must show that the necessary certification is in process; and
  • Step 2: You must have an overall Neutral, Moderate, High, or Very High Level of confidence past performance rating; and
  • Step 3: You must have overall High confidence in Mission Suitability: High Confidence in both the Management Approach and Technical Approach; and
  • Step 4: You must be classified as a responsible source in accordance with FAR 9.104.

Don’t worry – we’ll dive in more on those steps in future blogs. For now, we want to keep you laser-focused on the planned Categories for SEWP.

SEWP VI Categories

One new advantage of SEWP VI is that it will feature expanded Categories that include IT Services beyond those traditionally bundled with IT parts/supplies. It’s important to understand what types of products/services align with which categories, so we’ve outlined them below.

  • Category A Scope - Information Technology, Communications, and Audio-Visual (ITC/AV) Solutions: A broad suite of Information Technology, Communications, and Audio-Visual (ITC/AV) solutions: i.e., technology in which there is an intertwining of products, such as a laptop, and services, such as maintenance and installation, and engineering services.
  • Category B Scope - Enterprise-Wide ITC/AV Strategic Solutions: Provides Federal Agencies with customized Enterprise-Wide Strategic Solutions for the improvement and enhancement of Agency ITC/AV infrastructure.
  • Category C Scope – ITC/AV Program-level Solutions: Provides Federal agencies with customized Solutions at a Mission/Program level for improvement and enhancement of Agency ITC/AV infrastructure.

Relevant Experience Projects

The other reason it’s important to understand the different categories that will be on SEWP VI is that as part of the first evaluation phase, bidders will need to provide a certain number of relevant experience projects (REP) that cover a minimum number of mandatory sub-areas, which vary by category and are outlined below. You’ll note that Category A doesn’t have a minimum number of REPs, but it does require 2,000 different CLINs for each sub-area. We’ll be keeping a close eye on this section of the Final RFP to see if there are any changes.For Categories B and C, we’ve listed the expected relevant experience project minimums (based on information from the Industry Day) below. 

 

Mandatory Experience Sub-Areas

 

Category A

Category B

Category C

Minimums  

2,000 different CLINs with solutions for each sub-area.

4 REPs and must cover 4 of the 10 mandatory experience sub-areas.

3 REPs and must cover 3 of the 10 mandatory experience sub-areas. *HUBZone, SDVOSB, and EDWOSB require 2 REPs and cover 2 of the 10 sub-areas.

Size

No minimum REPs at this time

Each project must have a minimum of $30M in total value size.

Each project must have a minimum of $30M in total value size ($2M total value for HUBZone/SDVOSB/EDWOSB).

 

IT Computer Systems / Storage Devices / Compute Facilities

IT Managed Services

Network Services

 

Networking Technology / Mobility & Communications

Enterprise-Wide Network Services

Innovation Services

 

Software and Cloud Technology

Enterprise-Wide Innovation Services

Information and Data Analytics Services

 

Supporting Technology / Security Technology

IT Service Management

Application Services / Software Development

 

A/V Equipment and Accessories

Enterprise Service Program Integration

Cybersecurity Services

 

Product-based Services

Enterprise-Wide Information and Data Analytics Services

Cloud Services

 

 

Enterprise-Wide Application Services / Software Development

Digital Multimedia and Technical Communications Services

 

 

Enterprise-Wide Cybersecurity Services

IT Operations and Maintenance / Help Desk / Call Center Support

 

 

Enterprise-Wide Cloud Services

Database Services

 

 

Enterprise-Wide Digital Multimedia and Technical Communications Services

In-Scope Training

In addition to meeting the above REP requirements, proposals will be reviewed to ensure the mandatory requirements are met. There will not be evaluations beyond meeting the mandatory requirement. This means if you are a Category B SB, you should only provide three REPs as only three will be evaluated.

An important distinction Past Performance is not evaluated on REPs. It is a separate subfactor per the Industry Day

ISO / CMMI

For all categories, you must provide a third-party compliance verification with the ISO 9001 standard via a current ISO 9001:2008 or 9001:2015 Certification at the time of proposal submission. 
If you’re a Small Business, you must provide proof that the ISO 9001:2015 or CMMI certification is in process at the time of proposal submission. Certification must be obtained within 12 months of contract award. If it cannot be obtained within the 12-month time frame, NASA will off-ramp you from SEWP VI. If you’re in the certification process, you cannot compete on any requirements that require the certification. This can only be done after you are certified.

Another note about the certification: the ISO 9001 certification cannot be completed by a manufacturer whom you represent.

Since its inception as SEWP I in 1993 with $800 million spent and eight awardees to 147 contract holders and $62B today for SEWP V, SEWP VI is the contract vehicle IT vendors should consider pursuing.

If you offer IT products and services, we encourage you to read the draft RFP to determine if this is the GWAC for you. If you are interested in pursuing SEWP or would like Trident to review the effort against your product or service, contact us today. Our GWAC experts can walk you through the most complex elements to help you make an early bid/no-bid decision 


Meg Ashton

Meg is a Capture and Proposal Manager at Trident. With proposal writing, proposal management, and analyst experience, she is our go-to when it comes to discussing these topics. She’s also well versed in teaming agreements, tech editing, and compliance checks. As a military spouse based in Palm Springs, she supports clients around the world as part of our globally dispersed team.