OPPORTUNITY QUALIFICATION SUMMARY

Opportunity Name: NASA SEWP VI // FINAL Release

Solicitation Number: 80TECH24R0001

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Financial Considerations
Contract Value:

$10+B – Per year// $100B+ over 10-years

Timeline
Status:

Final RFP

RFP Release:

May 23, 2024

Industry Event:

November 6, 2024

Questions and Answers:

December 11, 2024

Proposal Due Date:

February 19, 2025 1PM ET

Award Date:

August/Sept. 2025

Competency
Primary:

Value Added Reseller VAR Services Contract IT Professional Services

Competition: Unrestricted/ Small Business
Awards:

140 Total Awards 100 Small Business (by Socio-Economic designation)

Contract Term:10 Years
Location:CONUS OCONUS & Washington DC
NAICS:541512
Details
Contract Term:

10 years

Contract Type:

Government-Wide Acquisition Indefinite Delivery Indefinite Quantity
Fixed Price Contract

Task Orders:

Firm Fixed Price, Time and Material, Labor Hour, Fixed Price Award Fee, Fixed Price Incentive Fee, and Fixed Price Economic Price Adjustment orders

Location:

CONUS & Washington DC

GARDANT Point of Contact (POC)
Tom Foglesong
240-353-0681

BACKGROUND

You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Information Technology Procurement Office’s (ITPO) 6th Generation of Solutions for Enterprise-Wide Procurements Government-Wide Acquisition Contracts (SEWP VI GWAC) solicitation. The principal purpose of this requirement is to provide the federal government with an all-encompassing one-stop acquisition vehicle for Information Technology Product and Service Solutions.

Potential offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, and evaluation approaches, any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with the performance of the work. Potential offerors should identify any unnecessary or inefficient requirements and are also encouraged to comment on the DRFP’s unique terms and conditions, exhibits, and the clarity of the Instructions and Evaluation Criteria.

This competitive acquisition will result in a Government-Wide Acquisition Indefinite Delivery Indefinite Quantity Fixed Price Contract with the ability to issue Firm Fixed Price, Time and Material, Labor Hour, Fixed Price Award Fee, Fixed Price Incentive Fee, and Fixed Price Economic Price Adjustment orders. The contract will have an effective ordering period of 10 years from the contract’s effective date. 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. A list of authorized NAICS Codes is found under Article A.1.34 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) & NAICS CODES WITHIN SCOPE.

Potential offerors should ensure its company is listed in the online database(s) for the following:

(1) System for award management: https://www.sam.gov/SAM/

(2) U.S. Department of Labor Veterans’ Employment and Training Service, VETS-4212 Reports: https://vets4212.dol.gov/vets4212/

(3) Date Universal Numbering System (and the transition to the US Government’s unique entity identifier (UEI)): https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/iae-information-kit/unique-entity-identifier-update

The successful offeror must pass an Equal Employment Opportunity (EEO) clearance before contract award (See FAR 22.805).

The current planned release date for the Final Request for Proposal (RFP) is on or about February 2024, with proposals being due approximately 60 calendar days later. 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.

The following additional information is provided to assist in understanding this acquisition:

  • An Industry Day is planned for Wednesday, October 18, 2023, at the College Park Marriott Hotel & Conference Center: 3501 University Blvd E College Park, Maryland 20783.

Registration to attend can be found by visiting: https://sewp.nasa.gov/sewpvi/

To control and protect sensitive data owned by the Government and its Contractors, NASA policy requires all acquisition-related documents to be released in Adobe Portable Document Format (PDF).

Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments, and links to online reference/technical/bidders’ library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov.  Potential Offerors are requested to periodically monitor the websites for updates.

NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable. The Ombudsman for this acquisition is Deputy Assistant Administrator, Marvin Horne and he can be reached via email at [email protected], or by phone at 228-364-2285.

ACQUISITION OBJECTIVES:

The SEWP VI contracts have four Acquisition Objectives:

  1. To have hardware and software available to address changing set of NASA-specific scientific and engineering problems while also providing IT product-based solutions to assist all Federal Agencies in meeting their IT needs.
  2. To provide a suite of IT services to assist the Government in maximizing the IT infrastructure by leveraging the latest service offerings including cloud services, managed and shared services, consulting, training and support, and operational and engineering services.
  3. To provide the federal government with a wide range of Information Technology hardware, communications, audio-visual and related hardware, software, and ICT/AV services to enhance the federal government’s Information Technology capabilities.
  4. To embrace and facilitate innovative procurement transactions and processes that will place a minimal administrative burden on the customer, contractor, and the Government while minimizing incompatibilities and maximizing strategic decision-making across the IT infrastructure.

Once the contracts are awarded, a set of online tools is available to both the Contract Holders to manage company-specific information, and the Government customer to query the database of record for product and pricing information, conduct Market Research, and submit Requests for Quotes. Overall, this effort will provide the Government with hardware, software, and audio-visual (AV) products and services that represent the best overall value to the Government in fulfilling its mission. Furthermore, this effort will minimize the Government’s administrative costs, and provide the ability to fulfill users’ needs in a timely manner. Because the technology requirements depend on interoperability and standards, combined with the broad base of commonality among requirements, functions, and available COTS solutions, it is assumed that overlap will exist between contracts and across groups and categories. Additionally, any overlap will ensure that end-users will have access to appropriate and complete solutions to meet their varied requirements. Therefore, no single contract will have exclusive rights to provide any given technology or service, nor will endusers be confined in the choice of contracts they utilize. The end-users decisions will be based on a Best Value and Fair Opportunity determination as required in FAR 16.505(b).

SCOPE OF WORK:

Deliverables under the contract are not limited to NASA-specific requirements, and any such deliverable will be available for NASA and any other federal government agency usage. While SEWP Contractors are required to provide continental United States rate (CONUS) for delivery, Federal Agencies with outside continental United States rate (OCONUS) locations may utilize the SEWP contracts based on mutually agreed upon delivery arrangements.

The focus of SEWP is on the full suite of technology offerings that simplify Governmental access and Industry offerings across the entire Information Communication Technology (ICT) and AV product solutions and services landscape. SEWP VI is composed of 3 categories.

From a product-based perspective, Category A will consist of the full range of IT Solutions such as hardware and software products, including cloud-based solutions, installation, integration, testing, training, maintenance, and other product-based services.

The second category, Category B, is focused on Agency-wide Strategic Solutions that improve and enhance the Agency’s IT infrastructure through methodologies including cloud services; managed services such as computer or printer services; and shared services such as Agency-wide help desk ticketing systems.

The third category, Category C, will be focused on IT services that provide a full range of technology services inclusive of custom computer programming services, telecommunication services including network operations, IT, AV, and Communications based engineering and design services, data processing and analysis services, hosting, and related services, IT and network operation and computer facilities, ICT and AV management services, IT consulting and educational services, digital government services, and cybersecurity and security systems services

Refer to the category summary below (Refer to the SEWP SOW or Section A.1.2 GSFC 52.211-91, page 24 of the SEWP VI Final RFP for more information):

Category A: IT Solutions (Products-Information Computer Technology (ICT) and Audio Visual (AV)) – NAICS 541512

  • Technical Area 1a: IT Computer Sytems/Compute Facilities
  • Technical Area 2a: IT Storage Systems
  • Technical Area 3a: Networking and Communication Equipment
  • Technical Area 4a: Imaging Equipment and Supporting Technology
  • Technical Area 5a: IT Power and Cabling Equipment
  • Technical Area 6a: Audio / Video Equipment
  • Technical Area 7a: Security and Sensor Equipment
  • Technical Area 8a: Software and Cloud Technology
  • Technical Area 9a: Product Based Services

Category B: Enterprise-wide IT Solutions (Products and Service Solutions) – NAICS 541512

  • Technical Area 1b: ENTERPRISE-WIDE NETWORK SERVICES
  • Technical Area 2b: IT MANAGED SERVICES
  • Technical Area 3b: ENTERPRISE-WIDE INNOVATION SERVICES
  • Technical Area 4b: IT SERVICE MANAGEMENT
  • Technical Area 5b: ENTERPRISE SERVICE PROGRAM INTEGRATION
  • Technical Area 6b: ENTERPRISE-WIDE INFORMATION AND DATA ANALYTICS SERVICES (IDAS)
  • Technical Area 7b: ENTERPRISE-WIDE APPLICATION SERVICES/SOFTWARE DEVELOPMENT
  • Technical Area 8b: ENTERPRISE-WIDE CYBERSECURITY SERVICES
  • Technical Area 9b: ENTERPRISE-WIDE CLOUD SERVICES
  • Technical Area 10b: ENTERPRISE-WIDE DIGITAL MULTIMEDIA AND TECHNICAL COMMUNICATIONS SERVICES
  • Technical Area 11b: PROGRAM MANAGEMENT/ANCILLARY SERVICES AND SUPPLIES

Category C- IT Professional Services (Information Communication Technology (ICT) and Audio Visual (AV) SERVICES) – NAICS 541512

  • Technical Area 1c: INNOVATION SERVICES
  • Technical Area 2c: INFORMATION AND DATA ANALYTICS SERVICES (IDAS)
  • Technical Area 3c: APPLICATION SERVICES/SOFTWARE DEVELOPMENT
  • Technical Area 4c: CYBERSECURITY SERVICES
  • Technical Area 5c: CLOUD SERVICES
  • Technical Area 6c: DIGITAL MULTIMEDIA AND TECHNICAL COMMUNICATIONS SERVICES
  • Technical Area 7c: IT OPERATIONS AND MAINTENANCE / HELP DESK/CALL CENTER SUPPORT
  • Technical Area 8c: NETWORK SERVICES
  • Technical Area 9c: DATABASE SERVICES
  • Technical Area 10c: IN-SCOPE TRAINING
  • Technical Area 11c: PROGRAM MANAGEMENT/ANCILLARY SERVICES

REQUIREMENTS