OASIS+ has rigorous qualifications to be a vendor by requiring vendors to demonstrate project experience relevant to the scope of the OASIS+ contract.
GSA recommends, as a first step, performing a Self-Scoring exercise against Attachment JP-1, OASIS+ Domain Qualifications Matrix and Scorecards, prior to submitting an offer in the OASIS+ Submission Portal (OSP). This document defines Qualifying Projects, Federal Experience Projects, Systems and Certifications for offerors (see below for definitions). This exercise will ensure you make the grade– to meet or exceed the domain qualifying threshold.
- Offerors do not need to submit Attachment J.P-1 with their proposal.
Offerors submitting proposals to the socioeconomic set-aside contract families must be Small Business Administration (SBA) certified within their socioeconomic status either prior to submission or in the process of being certified at the time of submission.
Essential terms to know:
The Offeror may submit a maximum of five distinct QPs for each Domain. QPs may be either Relevant or Non-Relevant QPs as defined in Section L.5.2.1 (download the solicitation).
To be considered a QP, each submitted project must meet all of the following minimum criteria:
1. Be classified as one of the following:
- A single contract - including prime contracts, subcontracts, and commercial contracts; or
- A single task order awarded under an indefinite delivery task order contract (Definite Quantity, Requirements, or Indefinite Quantity), Blanket Purchase Agreement (BPA), or Basic Ordering Agreement (BOA), including single or multiple award; or
- A task order under a Federal Supply Schedule contract (FAR 8.405-2) or BPA (FAR 8.405-3); or
- An Other Transaction Authority (OTA) award issued under 10 U.S.C. 4021 or other applicable authority; or
- A “Collection of Task Orders” as defined in Section L.5.2.1.
- i. Offerors are limited to the submission of one “Collection of Task Orders” per Domain submission.
2. Be a contract or order for services as defined in FAR part 37;
3. Meet or exceed a minimum Average Annual Value (AAV) (as defined below) specified within OASIS+ Domain Qualifications Matrix and Scorecards (see Attachment J.P-1 in the solicitation posted to SAM.gov), for each proposed Domain;
- Qualifying Projects submitted in the name of the protégé must only meet or exceed 50 percent of the minimum AAV specified within Attachment J.P-1. This applies to relevant and non-relevant QPs. This reduced threshold does not apply to projects submitted in the name of the offering Mentor Protege-Joint Venture (MP-JV) entity itself.
4. Be ongoing (with at least six months of completed performance from the Request for Proposal (RFP) closing date) or completed within five years before June 15, 2023. There is no minimum period of performance for completed projects; and
5. Cannot have an associated record of negative past performance (e.g. on a 5 point scale, average of scores <3.0).
To be considered a FEP, each submitted project must meet all of the following minimum criteria:
1. Be a prime award for a contract, grant, cooperative agreement, or other transaction between the Offeror (or joint venture member/proposed Small Business (SB) subcontractor) and the Federal Government. Note: grants and cooperative agreements are only allowable under Section L.5.3.4.
2. Be any of the following:
- A single contract; or
- A single task order awarded under an indefinite delivery task order contract (Definite Quantity, Requirements, or Indefinite Quantity), BPA, or BOA, including single or multiple award; or
- A task order under a Federal Supply Schedule contract (FAR 8.405-2) or BPA (FAR 8.405-3); or
- An Other Transaction Authority (OTA) award issued under 10 U.S.C. 4021 or other applicable authority; or
- A single contract, grant, or cooperative agreement under the SB Innovation Research (SBIR) or SB Technology Transfer (STTR) program. (Only allowable under Section L.5.3.4)
3. Meet or exceed a minimum AAV of $250K.
- FEPs submitted in the name of the protégé must only meet or exceed a minimum AAV of $125K. This reduced threshold does not apply to projects submitted in the name of the offering MP-JV entity itself.
4. Be ongoing (with at least six months of completed performance from the RFP closing date) or completed within five years before June 15, 2023. There is no minimum period of performance for completed projects; and
5. Be a contract or order for services as defined in FAR part 37.
FEPs are not mandatory, but do help to receive additional credits for qualifying projects as addressed in the Domain Qualification Matrix. In addition to the QPs submitted under Section L.5.2.2, the Offeror may submit additional FEPs to demonstrate experience. The quantity of allowable FEPs varies on a Domain-by-Domain basis and can be found in Attachment J.P-1 within each Domain Qualifications Matrix.
Relevance has the greatest opportunity for credits, demonstrating you’ve performed work in the domain. It can be determined Automatically Relevant through NAICS/PSC.
What are the qualifications for project relevance?
For each submitted QP (as defined in Section L.5.2.1), the Offeror may claim credits under “QP - Relevance” within the proposed Domain Qualifications Matrix (see Section M.7, Scoring Table) only if the QP is relevant to the scope of the proposed Domain in accordance with the Domain structure in Section C.2. Only relevant QPs will be considered for evaluation credit under L.5.6, Past Performance in accordance with Section M.7, Scoring Table.
Relevance verification can be demonstrated through either Automatic or Standard detailed in Sections L.5.2.3.1.1 or L.5.2.3.1.2.
The Offeror may submit a QP for automatic relevance consideration. To be considered, the QP must have an assigned PSC or project-specific NAICS code that matches one of the codes in Attachment J.P-4, OASIS+ Domains Auto-Relevant NAICS Codes and PSCs, for the proposed Domain(s). If a project qualifies for automatic relevance consideration under this criteria, the Offeror must submit the FPDS report and/or contract award document indicating the PSC or project-specific NAICS Code. Non-federal projects, including federal subcontracts, are ineligible for automatic relevance consideration and must be verified using Standard Relevance Verification at Section L.5.2.3.1.2.
If the QP is a task order issued under a MA-IDIQ where multiple NAICS Codes are allowable at the order level (e.g., OASIS, MAS, HCaTS, BMO, GSA GWACs), the NAICS code assigned to the IDIQ that automatically applies to all task orders in FPDS is not eligible to automatically validate the order-level NAICS code. For these task orders, Offerors must submit one of the following types of supporting documentation:
- FPDS report and/or contract award document indicating the task order PSC, which is designated in FPDS at the order level;
- Task Order Solicitation identifying the claimed NAICS code; or
- Supporting documentation that all potential NAICS Codes assigned to the MA-IDIQ are considered automatically relevant for that Domain; or
- Standard Relevance Verification documentation at Section L.5.2.3.1.2
For example:
For a task order issued under legacy OASIS Pool 1, the FPDS report for the task order would contain NAICS Code 541330, because that was the Primary NAICS Code assigned to OASIS Pool 1, and all Master Contracts awarded under Pool 1. Therefore, all task orders awarded under the OASIS Pool 1 contracts reflect NAICS Code 541330 in FPDS. However, the OCO will have selected and assigned the PSC to the order in FPDS that best identifies the service procured. For instance, the PSC reported for this OASIS Pool 1 task order in FPDS is R706 Support - Management: Logistics Support, which is related to NAICS Code 541614 Process, Physical Distribution, and Logistics Consulting Services, which is also included in legacy OASIS Pool 1. Although the FPDS report would reflect NAICS Code 541330, this task with PSC R706 would be considered automatically relevant for the Logistics Domain under OASIS+, per the list of Auto-Relevant NAICS Codes and PSCs for that Domain in Attachment J.P-4.
Relevant work does not need to be the primary purpose of the project, but the Offeror must clearly demonstrate (e.g., via a distinct CLIN or section within a PWS) that the relevant portion of the work meets the minimum QP criteria for the proposed Domain (e.g., ≥ $500K average annual value for Technical and Engineering Domain). The average annual value of relevant work is not entered into the OSP, but the offeror shall identify within the submitted documentation that the relevant work meets or exceeds the average annual value for the proposed domain.
In accordance with Subsection L.5.1.7.1 and L.5.1.7.2, the Offeror shall provide contract documentation, which may include the Award Form or SOW/PWS/SOO that describes the general scope, nature, complexity, and purpose of the services the customer acquired under the contract. Additionally, the Offeror must tag those specific written passages in the contract documentation that support a relevance determination in the proposed Domain(s) in accordance with the scope of each Domain outlined in Section C.2.
If contract documentation alone cannot demonstrate relevance, Offerors may submit the Project Verification Form (either from the OSP or Attachment J.P-3) to demonstrate relevance and include a narrative statement clearly explaining how the project is relevant to each proposed Domain where relevance is claimed (not to exceed 1,000 characters, including spaces, per Domain). The Offeror must also include the QP minimum average annual dollar value for each proposed Domain (e.g., $500K average annual value, see Attachment J.P-1) and the dollar value of the relevant work for each proposed Domain, which must be validated and signed by a CO with cognizance over the submitted project. If the cognizant CO’s signature is unattainable, the Government will accept the signature of the COR or other Government Employee with cognizance over the submitted project. The Project Verification Form must include both cognizant CO’s and verifying Government Employee’s direct telephone numbers and email addresses.
Does your project meet the Average Annual Value (AAV) for your subject Domain?
The AAV for QPs is determined based on the following criteria:
- For completed projects, AAV is determined by the total funded dollars (i.e., total obligated value for Federal Government or Commercial Contracts, as applicable). Completed projects with a period of performance of less than one year will not be annualized (i.e., no additional calculation will be utilized to annualize the value, the value will be the face value of the project/contract/task order).
- For ongoing projects, AAV is determined based on the total estimated value (value inclusive of all option periods, regardless of completed/funded status; i.e., total contract value for Federal Government or Commercial Contracts as applicable). Ongoing projects with a period of performance of less than one year will not be annualized (i.e., no additional calculation will be utilized to annualize the value, the value will be the face value of the project/contract/task order).
- QPs with a period of performance greater than 12 months will be annualized. Average annual value will be calculated by dividing the total project value by the total number of days of period of performance, and multiplying by 366. NOTE: 366 days accounts for leap years.
- For example:
- a project valued at $3M with a period of performance of 450 days will be considered to have an AAV of ~$2.44M (($3M/450)x366).
- For example:
- For a “Collection of Task Orders,” AAV is determined by adding up the obligated or estimated value of each task order award within the collection and dividing the total by the number of days between the start date of the earliest task order to the end date of the last order, and multiplying by 366.
- For example:
- a collection of four task orders has a total combined value of $12M. The oldest task order was issued on January 10, 2020, and the most recent task order ended on August 17, 2022, which is a difference of 950 days. The project value will be considered to have an AAV of ~$4.62M (($12M/950)x366).
- For example:
When calculating AAV, please note that AAV differs by Domain and between QPs and FEPs. There are lower AAVs listed in the J.P-1 for Protege Offerors.
What are the Domain qualifying thresholds for each contract?
The qualifying threshold for Small Business/Socioeconomic contracts is 36 Points. The qualifying threshold for Unrestricted Contracts is 42/45 points.
What qualifications, systems and certifications should I possess?
Some examples of Systems include Adequate Accounting Systems, Approved Purchasing System, Estimating Systems, Earned Value Management Systems, Material Management and Accounting System, Property Management System, Government Facility Clearance, Forward Pricing Rate Agreement (FPRA), Forward Pricing Rate Recommendation (FPRR), Provisional Billing Rate (PBR), or other Approved Billing rates.
Some examples of Certifications include: Capability Maturity Model Integration (CMMI), International Organization for Standardization (ISO) 27001:2013/2022 (Information Security), ISO 9001:205 (Quality Management, ISO 22301 (Business Continuity), ISO 21508 (Earned Value Management), ISO 28001:2007 (Supply Chain).
Qualifications, systems, and certifications are not mandatory elements for an OASIS+ vendor but do provide for additional credits in accordance with the Attachment J.P-1 OASIS+ Domain Qualifications Matrix and Scorecards. If an offeror elects to provide these qualifications, systems, and certifications, they should note that name, email, address and name of the POC of the certifying organization is required to claim credit. Providing the certificate alone is not sufficient documentation for claiming credit.
Can a Contractor Teaming Arrangement or Joint Venture participate in OASIS+?
The following teaming arrangements are permitted under OASIS+:
- Contractor Teaming Arrangements (L.5.1.3)
- Contractor teaming arrangement (CTA) as defined by FAR 9.601 means an arrangement in which two or more companies form a partnership or joint venture to act as a potential Prime Contractor, or;
- A potential Prime Contractor agrees with one or more other companies to have them act as its subcontractor(s) under a specified Government contract or acquisition program.
- Joint Ventures L.5.1.3.1
- Two or more companies may form a partnership or joint venture to submit a proposal in response to this solicitation.
- Proposed SB Subcontractors L.5.1.3.2
- An Offeror may agree with one or more other SB to have them act as its first- tier subcontractors under a potential OASIS+ award.
U.S. General Services Administration