Blog

Strategic Preparation for NASA SEWP VI Bids

NASA unveiled the ultimate solicitation for SEWP VI, marking the latest version of its extensive contract for IT products and services. As the anticipation for NASA SEWP VI intensifies, the opportunity to secure a share of the estimated $60 billion ceiling in the federal IT space is unparalleled. For small business contractors, the time to strategize is now. Success hinges on meticulous preparation, beginning with a comprehensive Proposal Pre – Assessment review. This crucial step, a specialty of ProposalHelper, involves a thorough Gap Analysis to evaluate a bidder’s capabilities against RFP requirements. 

The new contract is organized into three service categories:

Category A: Includes solutions for ITC/AV (Information Technology, Communications, and Audio Visual) 

Category B: Covers Enterprise-wide ITC/AV Service Solutions needs. 

Category C: Specifically tailored for ITC/AV Program Level Services, exclusive to small businesses. 

Additionally, Categories A and B feature tracks for both full-and-open and small business participants. 

Current Imperatives for SEWP VI Bidders 

Certification Requirements: 

Ensuring that you possess the necessary certifications is paramount: 

  • ISO 9001:2015 Certification (all categories) 
  • CMMI-DEV or CMMI-SVS Level 2 or higher (Categories B) 

Offerors proposing Category A and Category C are not required to have a CMMI certification. 

If an offeror is a small business that is not certified to the standard at the time of proposal submission, proof that the certification approval is in process is acceptable and shall be provided at the time of proposal submission. The certification process must be completed within 12 months of contract award. 

Mandatory Experience 

The experience requirements are stringent: 

Category A: 

All Offerors shall complete Exhibit 3a- Category A Solutions Spreadsheet and propose technology solutions for any four (4) of the eight (8) Mandatory Technical Areas below and technical Area 9: 

Category A- Mandatory Technical Areas 

+ IT Computer Systems / Compute Facilities 

+ IT Storage Systems 

+ Networking and Communication Equipment 

+ Imaging Equipment and Supporting Technology 

+ IT Power and Cabling Equipment 

+ Audio / Video Equipment 

+ Security and Sensor Equipment 

+ Software and Cloud Technology 

+ Product Based Services 

Category B: 

For Other than Small Businesses: A total of four (4) different REPs from different mandatory experience technical areas shall be submitted. Each Project must have had a minimum of $30M in total value size of a single order or contract. 

For Small Businesses (including prime small business offerors and first tier Subcontractor, if applicable): A total of three (3) different REPs from different mandatory experience technical areas shall be submitted. Each Project must have had a minimum of $5M in total value size of a single order or contract. 

For HUBZone, VOSB, SDVOSB, WOSB, EDWOSB, 8a offerors (inclusive of first- tier subcontractors, if applicable): A total of 2 different REPs for each of the mandatory experience technical areas shall be submitted. Each Project must have had a minimum of $4M in total value size of a single order or contract. 

Category C:  

For Small Businesses (inclusive of first- tier subcontractors, if applicable): A total of three (3) different REPs from different mandatory experience technical areas shall be submitted. Each Project must have had a minimum of $2M in total value size of a single order or contract. 

For HUBZone, VOSB, SDVOSB, WOSB, EDWOSB, 8a, offerors (inclusive of first- tier subcontractors, if applicable): A total of 2 different REPs from different mandatory experience technical areas shall be submitted. Each Project must have had a minimum of $2M in total value size of a single order or contract. 

Past Performance 

Scoring moderate is essential: 

Prime Offerors shall furnish the information requested below a minimum of one (1) but no more than three (3) of your most recent similar contracts that are completed or ongoing within three (3) years. 

Category A: 

For Small Businesses proposing in Categories A- the past performance provided shall be for similar scope efforts with a minimum average annual cost incurred of $150,000 (One Hundred- Fifty Thousand) for size to be rated relevant (pertinent). 

Offerors identified as a Small Business in Category A shall provide past performance references showcasing technology solutions for at least three (3) content representative areas for content to be rated relevant (Moderate). 

For Other Than Small Businesses proposing in Category A – the past performance provided shall be for similar scope efforts with a minimum average annual cost/fee incurred of $2,500,000 ($2.5 Million) for size to be rated relevant (pertinent). 

Offerors identified as a Large Business Other than Small Business in Category A shall provide past performance references showcasing technology solutions for at least four (4) content representative areas for content to be rated relevant (Moderate). 

Category B: 

For Small Businesses proposing in Category B- the past performance provided shall be for similar scope efforts with a minimum average annual cost/fee incurred of $1,000,000 (One Million) for size to be rated relevant (pertinent). 

Offerors identified as an Other Than Small Businesses in Category B shall provide past performance references showcasing relevant work in at least four (4) content representative areas for content to be rated relevant (Pertinent). 

Offerors identified as a Small Business in Category B shall provide past performance references showcasing relevant work in at least three (3) content representative areas for content to be rated relevant (pertinent). 

Offerors identified as HUBZone, SDVOSB, EDWOSB, 8a in Category B shall provide past performance references showcasing relevant work in at least two (2) content representative areas for content to be rated relevant (pertinent). 

For Other Than Small Businesses proposing in Category B- the past performance provided shall be for similar scope efforts with a minimum average annual cost/fee incurred of $2,500,000 ($2.5 Million) for size to be rated relevant (pertinent). 

Category C: 

For Small Businesses proposing in Categories C– the past performance provided shall be for similar scope efforts with a minimum average annual cost/fee incurred of $500,000 (Five Hundred Thousand) for size to be rated relevant (pertinent). 

Offerors identified as a Small Business in Category C shall provide past performance references showcasing relevant work in at least three (3) content representative areas for content to be rated relevant (pertinent). 

Offerors identified as HUBZone, SDVOSB, EDWOSB, 8a in Category C shall provide past performance references showcasing relevant work in at least two (2) content representative areas for content to be rated relevant (pertinent). 

Phase 3 – Mission Suitability 

This phase requires a high level of confidence in the Technical and Management Approaches. Innovation and comprehensive responses are critical, as SEWP evaluators favour solutions that enhance efficiency and program management. High-scoring responses in Mission Suitability are necessary to pass this phase. 

Supply Chain Management 

Bidders must present a comprehensive Supply Chain Risk Management (SCRM) plan, detailing their approach to managing risks and ensuring the security and availability of corporate resources. This requirement includes describing the supply of products (Category A) or ancillary products for specific tasks (Categories B and C), and addressing corporate risks associated with SCRM. Additionally, all bidders must explain their participation in SCRM activities or how they stay informed about and address key SCRM practices. While this can be challenging for many businesses, ProposalHelper provides the expertise to develop and implement effective SCRM strategies. 

Environmental Requirements 

Bidders must present a robust environmental policy, addressing compliance at both their facilities and those of their suppliers. This is a challenging requirement for many small businesses, but ProposalHelper offers the expertise to develop and implement these policies effectively. 

The Benefits of a Proposal Pre-Assessment Review 

Conducting a Proposal Pre-Assessment Review  with ProposalHelper offers small business contractors a clear, unbiased assessment of their readiness. This evaluation helps identify potential gaps and challenges, enabling informed bid/no-bid decisions and enhancing the likelihood of a successful bid. ProposalHelper has a proven track record of completing PRR studies swiftly, providing bidders with a detailed understanding of their competitive standing. 

Why Choose ProposalHelper? 

ProposalHelper excels in supporting IDIQ contracts, ensuring our clients have a competitive edge. We have a 100% win rate on multiple award IDIQ proposals, demonstrating our expertise and effectiveness. We offer fixed pricing from the outset, with no additional charges for amendments, providing transparency and reliability. Moreover, our support extends through the delivery phase, ensuring continuous assistance and commitment to your success. Partnering with ProposalHelper means leveraging our expertise and dedicated service to navigate the complexities of NASA SEWP VI and secure a winning bid. Learn more about how ProposalHelper can assist in your SEWP VI bid preparation. 

For small businesses aiming to navigate the complexities of NASA SEWP VI, ProposalHelper is an invaluable partner in crafting a winning proposal strategy. Learn more about how ProposalHelper can assist in your SEWP VI bid preparation.