Proposal format and organization
Offerors are required to submit proposals in three volumes as specified below:
- Offer volume (Volume I)
- Past performance volume (Volume II)
- Mission suitability volume (Volume III)
In-scope NAICS
Although Category A has a specified NAICS code of 541519 footnote 18, and Category B and C are under NAICS code 541512, the SEWP VI RFP states that these codes are for administrative purposes and allows offerors to propose on any number of in-scope NAICS specified in the Exhibit 4 (Offeror NAICS Size Standard Crosswalk) of the solicitation documents. This provision provides companies with niche products and services greater access to participate in the SEWP VI award.
Certifications
Depending on the offered category, an offeror will need to possess an active International Organization for Standardization (ISO) 9001:2015 and/or Capability Maturity Model Integration (CMMI) certifications. However, in the event an offeror does not possess these certifications at the time of proposal submission, NASA will allow for proof of an in-process certification so long as the certifications are completed within 12 months of contract award.
Relevant experience
The mandatory experience required for award varies among the categories and depends on the size and socio-economic status of the proposing entity.
For Category A, there is no mandatory experience requirement. However, offerors must provide a letter of authorization (LOA) from a designated provider (OEM) for four of the technical areas specified for Category A and must be able to meet minimum contract line item number (CLIN) requirements within the offeror’s solution spreadsheet. The CLIN requirements include:
- A minimum of 1,000 distinct and relevant CLINs for the primary technical area
- A minimum of 100 CLINs for the other three (non-primary) technical areas
- A minimum of 50 distinct and relevant CLINs from secondary providers for each of the four technical areas
For Category B and C, the mandatory experience requirement is satisfied through the submission of relevant experience projects (REPs). The number and value of REPs required to be submitted varies depending on the proposing entity’s size and socio-economic status. Each REP must be different and address different mandatory experience technical areas. Similarly to Category A, Category B and C offerors are also required to complete a solutions spreadsheet, although a minimum CLIN requirement does not apply to these categories.
Past performance
Offerors’ past performance will be evaluated primarily on customer satisfaction and/or contract data in meeting technical, schedule, cost and management requirements. Additional performance factors may include contract administration, occupational health, safety, security, subcontracting plan goals and small disadvantaged business participation targets, if applicable, and other contract requirements.
All offerors are required to submit recent projects that are either completed or ongoing within three years of the solicitation release date. The minimum size requirements of past performance projects vary for each category and depend on the size of the offering entity. Past performance projects must also be relevant to the offered category.
Past performance questionnaires (PPQs) are also a critical component of the past performance volume. Offerors must request an appropriate representative from the past performance customer to complete the PPQ and submit the PPQ directly to the SEWP VI contracting officer by the submission due date. The representative completing the questionnaire must be the technical customer and/or responsible contracting officer with direct knowledge of the offeror’s performance.