Skip to main content

An official website of the United States government

Here’s how you know

Official websites use .gov
A .gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS
A lock ( ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

GSA Logo U.S. General Services Administration
    • Explore buy through us
    • Category management
    • Government property for sale or lease
      Toggle submenu
      • Personal property (tangible goods)
      • Real property (real estate and buildings) for public use
      • Real property sales
      • Vehicle sales
    • Products and services
      Toggle submenu
      • Human capital
      • Industrial products and services
      • Office management
      • Professional services
      • Security and protection
      • Transportation and logistics services
    • Purchasing programs
      Toggle submenu
      • Assisted acquisition
      • Commercial platforms
      • Federal strategic sourcing initiative
      • Fleet management
      • HCaTS and HCaTS SB
      • OASIS and OASIS SB
      • Requisition programs
      • State and local programs
      • Emergency acquisition basic ordering agreements
    • Shared services
      Toggle submenu
      • Payroll services
      • Support services for CABs

    Featured Topics

    • Multiple Award Schedule Governmentwide contracts for products and services at volume discount pricing.
    • Auctions Federal assets available via auction to the general public.
    • Explore sell to government
    • Step 1: Learn about government contracting
      Toggle submenu
      • Ways you can sell to government
      • How to access contract opportunities
      • Conduct market research
    • Step 2: Compete for a contract
      Toggle submenu
      • Register your business
      • Certify as a small business
      • Become a schedule holder
      • Market your business
      • Research active solicitations
      • Respond to a solicitation
      • What to expect during the award process
    • Step 3: Manage your contract
      Toggle submenu
      • Comply with contractual requirements
      • Handle contract modifications
      • Monitor past performance evaluations

    Featured Topics

    • Contract opportunities on SAM.gov Search current federal contract opportunities and procurement notices.
    • Forecast of contracting opportunities Anticipated contracts offered by GSA.
    • Vendor support center Research the federal market, report sales, and upload contract information.
    • Explore real estate
    • Design and construction
      Toggle submenu
      • 3D-4D building information modeling
      • Computer-aided design standards
      • Engineering
      • Project management information system
      • Prospectus thresholds
    • Facilities management
      Toggle submenu
      • Security
      • Tenant services
      • Water quality management
    • Our properties
      Toggle submenu
      • Owned and leased properties
      • Renting property
    • Real estate services
      Toggle submenu
      • Leasing resources
      • Real property disposal
      • Reimbursable services (RWA)
      • For businesses seeking opportunities
      • For workers in federal buildings
      • Voice of the customer
    • Workplace optimization
      Toggle submenu
      • Commercial coworking
      • Space Match
    • Explore historic buildings

    Featured Topics - Real Estate

    • Historic preservation tools and resources Procedures for maintaining and repairing historic buildings.
    • Real property disposal Dispose or acquire excess federal real property including buildings or land.
    • Explore policy and regulations
    • Acquisition policy
    • Aviation management policy
    • Federal Advisory Committee Act management
    • Information technology policy
    • Real property management policy
    • Travel management policy
    • Regulations
      Toggle submenu
      • Federal acquisition regulations
      • Federal management regulations
      • Federal travel regulations

    Featured Topics

    • Forms Search for a government form.
    • Per diem FAQs Frequently asked questions about per diem rates and related topics.
    • Explore small business
    • Small business goals
    • Register your business
      Toggle submenu
      • Explore business models
      • Research the federal market
      • Subcontracting and other partnerships
    • Forecast of contracting opportunities
    • Small business resources
      Toggle submenu
      • Small business contacts
      • Videos

    Featured Topics

    • Forecast tool Information on planned federal contracting opportunities.
    • Socio economic categories Check your eligibility for small-business set-asides.
    • Training resources Suggested training for doing business with us.
    • Explore travel
    • Plan a trip
      Toggle submenu
      • Per diem rates
      • Transportation (airfare rates, POV rates, etc.)
      • Lodging
      • Travel charge card
    • Travel and lodging services
      Toggle submenu
      • E-gov travel service (ETS)
      • Rideshare
      • Travel category schedule
    • Federal travel regulation

    Featured Topics

    • Per diem rates look-up Allowances for lodging, meal and incidental costs while on official government travel.
    • Mileage reimbursement rates Reimbursement rates for the use of your own vehicle while on official government travel.
    • Explore technology
    • Purchasing programs
      Toggle submenu
      • Cloud computing services
      • Cybersecurity products and services
      • Governmentwide acquisition contracts
      • MAS information technology
      • USAccess
    • Government initiatives
      Toggle submenu
      • Artificial Intelligence
      • Cybersecurity
      • Emerging citizen technology
      • FedRAMP
      • Federal identity, credentials, and access management
      • Robotic process automation community
      • Technology modernization fund
    • Training

    Featured Topics

    • Challenge.gov Government sponsored challenges and prize competitions.
    • Data.gov Access U.S. government data.
    • Multiple award schedule IT category Information technology products, services and solutions.
    • Explore about us
    • Background and history
      Toggle submenu
      • Overview
      • Mission and strategic goals
      • Role in presidential transitions
    • Careers
      Toggle submenu
      • Get an internship
      • Launch your career
      • Elevate your professional career
      • Discover special hiring paths
      • Resources and related links
    • Events and training
      Toggle submenu
      • Events, training, and request a speaker
      • Our training programs
    • Newsroom
      Toggle submenu
      • Agency blog
      • Congressional testimony
      • GSA does that podcast
      • News releases
      • Speeches
      • Videos
    • Organization
      Toggle submenu
      • Leadership directory
      • Federal Acquisition Service
      • Public Buildings Service
      • Staff offices
    • Contact us

    Featured Topics

    • Blog Read the latest GSA news, updates and analysis.
    • Careers Learn what we have to offer.
  • Per diem lookup
Buy through us
Explore buy through us
Category management
Government property for sale or lease
Personal property (tangible goods)
Real property (real estate and buildings) for public use
Real property sales
Vehicle sales
Products and services
Human capital
Industrial products and services
Office management
Professional services
Security and protection
Transportation and logistics services
Purchasing programs
Assisted acquisition
Commercial platforms
Federal strategic sourcing initiative
Fleet management
HCaTS and HCaTS SB
OASIS and OASIS SB
Requisition programs
State and local programs
Emergency acquisition basic ordering agreements
Shared services
Payroll services
Support services for CABs
Sell to government
Explore sell to government
Step 1: Learn about government contracting
Ways you can sell to government
How to access contract opportunities
Conduct market research
Step 2: Compete for a contract
Register your business
Certify as a small business
Become a schedule holder
Market your business
Research active solicitations
Respond to a solicitation
What to expect during the award process
Step 3: Manage your contract
Comply with contractual requirements
Handle contract modifications
Monitor past performance evaluations
Real estate
Explore real estate
Design and construction
3D-4D building information modeling
Computer-aided design standards
Engineering
Project management information system
Prospectus thresholds
Facilities management
Security
Tenant services
Water quality management
Our properties
Owned and leased properties
Renting property
Real estate services
Leasing resources
Real property disposal
Reimbursable services (RWA)
For businesses seeking opportunities
For workers in federal buildings
Voice of the customer
Workplace optimization
Commercial coworking
Space Match
Explore historic buildings
Policy and regulations
Explore policy and regulations
Acquisition policy
Aviation management policy
Federal Advisory Committee Act management
Information technology policy
Real property management policy
Travel management policy
Regulations
Federal acquisition regulations
Federal management regulations
Federal travel regulations
Small business
Explore small business
Small business goals
Register your business
Explore business models
Research the federal market
Subcontracting and other partnerships
Forecast of contracting opportunities
Small business resources
Small business contacts
Videos
Travel
Explore travel
Plan a trip
Per diem rates
Transportation (airfare rates, POV rates, etc.)
Lodging
Travel charge card
Travel and lodging services
E-gov travel service (ETS)
Rideshare
Travel category schedule
Federal travel regulation
Technology
Explore technology
Purchasing programs
Cloud computing services
Cybersecurity products and services
Governmentwide acquisition contracts
MAS information technology
USAccess
Government initiatives
Artificial Intelligence
Cybersecurity
Emerging citizen technology
FedRAMP
Federal identity, credentials, and access management
Robotic process automation community
Technology modernization fund
Training
About us
Explore about us
Background and history
Overview
Mission and strategic goals
Role in presidential transitions
Careers
Get an internship
Launch your career
Elevate your professional career
Discover special hiring paths
Resources and related links
Events and training
Events, training, and request a speaker
Our training programs
Newsroom
Agency blog
Congressional testimony
GSA does that podcast
News releases
Speeches
Videos
Organization
Leadership directory
Federal Acquisition Service
Public Buildings Service
Staff offices
Contact us
  1. Home
  2. Buy through us
  3. Products and services
  4. Professional services
  5. Buy Services
  6. OASIS Plus
  7. Sellers’ guide
  8. Sellers Guide (printable)

Sellers' Guide (printable)

Oasis+ logo

Print

Revision Date: 9/18//2025

Table of Contents

  • Determine if OASIS+ is the right contract for your business
    • Evaluate whether OASIS+ aligns with your business
    • Does your business operate within one or more of the OASIS+ Domains?
    • Do your services fall within the OASIS+ scope?
  • Do I qualify to be an OASIS+ Vendor?
    • Key terms you should become familiar with: Qualifying Project & Federal Experience Project
    • What are the qualifications for project relevance?
    • Does your project meet the Average Annual Value for your subject Domain?
    • What are the Domain qualifying thresholds for each contract?
    • What qualifications, systems, and certifications should I possess? 
  • Review solicitations
  • Submit an Offer to O+ in Symphony
    • How to register
    • Review OSP Demos
    • Gather all of the information required for submittal by the solicitation
    • Submit your offer through the OASIS+ Submission Portal 
    • Offers will be reviewed by the OASIS+ Contracting Office
    • What happens after I submit my proposal?
  • Next Steps after Award
  • Make changes to your contract
    • What types of changes are contract modifications?
    • How do I submit a contract modification?
    • How do I request novations?
  • Compete for task orders
  • OSIG+ information
     

Determine if OASIS+ is the right contract for your business

Before pursuing OASIS+, take time to determine if the contract is a good fit for your firm/company. Review key informational resources—such as the Fact Sheets [PDF - 8 MB], Buyers’ Guide, Sellers’ Guide, and the “About OASIS+” sections of the website—to gain a full understanding of the contract’s scope, structure, and requirements.

Does your business operate within one or more of the OASIS+ Domains?

OASIS+ is organized by Domains—functional groupings of related services that span multiple NAICS codes. The available OASIS+ domains include Management & Advisory, Technical & Engineering, Research & Development, Intelligence Services, Environmental, Facilities, and Enterprise Solutions. These Domains help align agency task order requirements to qualified industry partners. Review the available Domains to see where your business may fit.

Do your professional services fall within the OASIS+ scope?

Use the Domain/NAICS Crosswalk in the OASIS+ Buyers Guide to identify where your company’s services may align with OASIS+ requirements. Please note, IT Hardware and Services are generally not within the scope of OASIS+, however, they may be ancillary to the overall requirement and may be determined to be in scope if a professional services element is present in the requirement.

 

Do I qualify to be an OASIS+ Vendor?

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 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).

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.

Review solicitations

Potential sellers are highly encouraged to become familiar with the OASIS+ solicitations. The complete solicitations or request for proposals, or RFPs, are posted on SAM.gov.

  • Total Small Business
  • HUBZone SB
  • Women-Owned SB
  • 8(a) SB
  • Service-Disabled Veteran-Owned SB
  • Unrestricted 

Each RFP includes important information including, but not limited to:

  • SF 33
  • RFP Cover Letter and FAQs
  • Provisional Attachments
    • J.J.P-1 OASIS+ Domain Qualifications Matrix and Scorecards
    • J.P-2 FPDS Sample
    • J.P-3 Project Verification Form
    • J.P-4 OASIS+ Domain Auto-Relevant NAICS Codes and PSCs
    • J.P-5 Functional Areas and Sub-Areas
    • J.P-6 Past Performance Rating Form
    • J.P-7 Joint Venture Work and Qualifications Template
    • J.P-8 Direct Labor Rates
    • J.P-9 Cost Price Templates
  • Contract Attachments
    • J-1 OASIS+ Labor Categories and Bureau of Labor Statistics Standard Occupational Classifications
    • J-2 Transactional Data Reporting and Contract Access Fee
    • J-3 Cybersecurity and Supply Chain Risk Management, or C-SCRM Deliverables
    • J-4 Department of Defense Required Provisions and Clauses for Task Orders
    • J-5 OASIS+ Task Order Clause and Provision Matrix

Which solicitations should I respond to? How many domains should I submit an offer for?

Your company may qualify for multiple contract programs and Domains. To see as many Request for Information/ Request for Proposals (RFI/RFP) opportunities as possible in GSA’s eBuy, you may submit proposals against as many contract programs and Domains that you can qualify for. Your company can only see/bid on opportunities for which Domains and NAICs Codes you have been awarded.

Carefully review each of the OASIS+ solicitations to ensure you understand all the information required to submit a complete offer. While the SB and socioeconomic solicitations (8(a), SDVOSB, HubZone, and WOSB) are similar, each includes specific requirements as defined in the FAR. Make sure these requirements are met and provide the necessary certified documentation by the Small Business Administration (SBA) to avoid rejection of your offer.

Submit an offer to OASIS+ in Symphony

Prepare your documentation and submit your OASIS+ offer in Symphony.

OASIS+ uses Symphony as the OASIS+ Submission Portal, or OSP, for offeror proposal submission, Government evaluations, and contract management. OASIS+ only uses GSA eBuy for task order solicitations.

All sellers who are interested in submitting proposals to the OASIS+ suite of contracts must register in Symphony. In order to register your business in Symphony, you will need your company’s SAM.gov Unique Entity ID (UEI).

Register in Symphony

  1. How to register

    • How to register as a business user
    • How to sign into Symphony
  2. Review OSP Demos 

    • The Symphony for OASIS+ Offerors video provides instructions on how to submit your proposal in response to OASIS+ RFPs.
    • Please subscribe to GSA’s OASIS+ Interact Community blog that has posted questions and answers in response to the initial solicitation release. The following blog posts, dated 8/15/2023, 8/28/2023, 9/5/2023, and 9/14/2023, include downloadable Q&A documents.
  3. Prior to beginning your offer gather all of the information required for submittal by the solicitation

    • Review any Q&A that has been previously submitted to the OASIS+ program team for official correspondence.
    • GSA’s OASIS+ Interact Community blog features two recorded webinars from the initial solicitation period that offer guidance on submitting a proposal through the OSP. These webinars were posted on 8/22/2023 and 9/8/2023.
  4. Submit your offer through the OASIS+ Submission Portal 

    • OASIS+ Submission Portal (OSP)
  5. Offers will be reviewed by the OASIS+ Contracting Office

    • The process following your offer submission may include ‘clarifications’, therefore the contracting team may reach out to you to initiate dialogue as necessary. If the point of contact, Company Contract Manager/Company Program Manager (COCM/COPM), information submitted with your proposal changes, please be sure to update GSA as soon as possible in order to receive communications from GSA about your proposal.

What happens after I submit my proposal?

  • All submitted proposals will be reviewed and evaluated.
  • The team will review and evaluate the offer in accordance with the solicitation requirements.
  • The team will review and evaluate and verify the proposal’s supporting documentation in accordance with Section M of the solicitation and conduct pricing and other required reviews including responsibility.
  • After your proposal has been reviewed, you will either receive an award notice or a debriefing letter explaining your unsuccessful offer.

Resources

  • Symphony’s Knowledge Base
    • The Symphony Knowledge Base contains numerous resources to assist contractors in navigating the site and maintaining accurate information.
  • Frequently asked questions
    • Includes FAQs about the OASIS+ OSP.
  • Industry support
    • The industry support provides detailed support and instructions for tasks specific to sellers and industry users.
  • Additional resources.

Questions about Symphony

  • For technical support questions, contact client.support@apexlogic.com.
  • For questions about the solicitation, contact oasisplus@gsa.gov.  

Next Steps after Award

Review ‘Post Award Conference’ materials

Post Award Conference materials are sent directly to the awarded contractors’ Post Award Conference participants.

Symphony vs. GSA eBuy

OASIS+ uses Symphony as the OASIS+ submission portal, or OSP, for proposal submission, evaluations, and contract management. OASIS+ uses GSA eBuy for task order solicitations.

  1. Register your OASIS+ contracts in FedConnect

    FedConnect is the primary method for OASIS+ vendors to communicate with GSA Contracting Officers for contract questions and modifications.

    • Add CALM@unisonglobal.com and oasisplusmods@gsa.gov to your safe sender list to ensure contract notifications don’t end up in your spam folder.

    Reference: FedConnect informational video (Coming Soon) 

  2. Register your OASIS+ contracts with the GSA Vendor Support Center

    To use GSA eBuy, you must first register your OASIS+ contract with the GSA Vendor Support Center (VSC).  Even if you’ve registered other contracts in the past, you must register your OASIS+ contract in order to use GSA eBuy for OASIS+.

    • Wait 24 hours after registering for your data to synchronize with GSA’s eBuy system.
    • Register at: https://vsc.gsa.gov/vsc/app-registration
    • If you register with the wrong SAM.gov Unique Entity ID (UEI), please call the VSC help line at 1-877-495-4849.

    Reference: VSC YouTube Video Demo

  3. Log in to GSA eBuy

    • After registering in VSC, and waiting 24 hours, go to GSA eBuy
    • At the top right, click the “sign in as a …. contractor” to begin the login process.
    • Follow the instructions
    • Navigating eBuy as a Seller training video (Coming soon)

    Reference: eBuy Sellers’ Guide

  4. Register in FAS Sales Reporting Portal

    • Navigate to the FAS SRP. All first time users must register for a FAS ID MFA account.
    • Provide the required information: First name, Last name and email address.

    The system will verify the information against the OASIS+ Contract. Your email address must be listed correctly in at least one of the following points of contact fields: Authorized Negotiator, Fee POC (IFF POC ID in CALM) or Contract Administrator

    If your email address was verified against the contract:

    • New users will receive the “Success” message and should proceed with the steps to activate their account. 
    • Existing users will receive a failed message and be prompted to login.
    • If your email address was not found in an existing GSA Contract, SRP will prompt you to reach out to your GSA Contracting Officer at oasisplusmods@gsa.gov. 

    If you want more representatives from your company than your OASIS+ COCM/COPM to have access to SRP in order to complete required Transactional Data Reporting, please send a message via FedConnect to submit a request.

    Vendors use SRP to:

    • Report new task orders awarded against their contract within 30 days after award.
    • Report invoices for each task order monthly, reporting “zero sales” if no invoices were issued.
    • Remit Contract Access Fees (CAF), collected from customers on a quarterly basis (no later than 30 days after the last date of the quarter). OASIS+ has a set CAF rate for all customers at 0.15% against all costs, including ODCs, on each invoice.

    Reference: OASIS+ Sales Reporting Portal (SRP) Training Video

  5. Register in GSA ASSIST (optional)

    GSA’s Assisted Acquisition Services, or AAS, team provides custom acquisition support  services to agencies across the Federal government. GSA AAS uses ASSIST to review contractor proposals and make task order awards.

    • OASIS+ contractors should register in ASSIST so they can respond to AAS task order solicitations and receive awards.
    • Note – OASIS+ contractors will be able to view GSA AAS solicitations in GSA eBuy, but will need an ASSIST account to submit their proposal

REMINDERS 

  • Read/re-read your OASIS+ contract
  • Access approved logos and other marketing assets on the OASIS+ Marketing Materials page
  • Submit required deliverables
    • Contractor Deliverables must be submitted via FedConnect, oasisplusmods@gsa.gov, SRP, and/or other methods as instructed by the OASIS+ CO as outlined within Sections F and G of the OASIS+ master contract.
    • These documents include Cybersecurity Supply Chain Risk Management (C-SCRM) Plan, Insurance, Contractor Self-Assessments, Business Systems/Certifications/ Facilities Security Clearance Level (FCL) Clearances

Minimum Sales Guarantee

Guaranteed Minimum

  • The minimum guaranteed award amount is $2,500 per contract for the full term of the Master Contract
  • Should the contract expire, be canceled, or be unilaterally terminated for convenience by the Government without the Contractor receiving task order awards valued at or above $2,500, the Contractor may present a claim to the Contracting Officer for an amount not to exceed the minimum guaranteed award amount.

Task Order Award (Sales) Minimum

  • The contractor must achieve a minimum of $250,000 in awarded Task Orders prior to the end of the fifth year of the Master Contract period of performance, otherwise the option period may not be exercised or the contract may be off-ramped. 

Make changes to your contract

Overview

This section provides guidance on how to manage your contract to help your firm stay compliant with OASIS+ program requirements. To contact OASIS+ to make changes to your contract, you must use the methods below:

  • FedConnect will be the primary method for requesting and initiating modifications.
  • Contractor deliverables must be submitted via FedConnect, OSP, oasisplusmods@gsa.gov, and/or SRP as outlined within Sections F and G of the OASIS+ master contract (see Resources for OASIS+ Contracts)

What types of changes are contract modifications?

Modifications

  • Option Exercise
  • Cancellation Mod
  • Mass Mod Acknowledgement
  • Novations
  • Change-of Name Agreements
  • Domain Enhancement
  • Revised Terms & Conditions

Administrative Changes

  • Address Change
  • Contract POC Updates
  • Email/Website/Phone Change
  • Small Business Re-Representations
  • Mergers & Acquisitions
  • Contract Closeout
  • Other

How do I submit a contract modification?

When requesting modifications or submitting changes or any other updates to your contract information, please submit your modification request and all necessary documentation via FedConnect.

FedConnect allows for bi-directional communication between the government and contractors and is tracked automatically. Please be aware, when requesting a modification via FedConnect there is a file size limit of 25 MB per individual file, or 100 MB per response or message. For more information about FedConnect, please review the FedConnect support page and if you have any additional questions, email oasisplusmods@gsa.gov.

How do I request novations?

Once all documentation have been gathered, a novation must be requested through FedConnect.

Note: Please reference the OASIS+ Solicitation section, G.3.1.7.1 Mergers, Acquisitions, Novations, And Change-of-Name Agreements, for specific information on the process to request novations.

NOTE: Please use the designated email address above when contacting OASIS+ rather than using individual team members email accounts. This ensures your requests and questions are properly and quickly routed for assistance at all times.

OASIS+ contractors holding an active Master Contract (i.e., not currently in Dormant Status) in one or more of the five SB IDIQs may, during an on-ramp period, submit a proposal to hold an additional Master Contract in one of the socioeconomic SB set-asides or the total SB set-aside IDIQ through Lateral Springboarding.

However, a contractor may not hold more than one Master Contract within any IDIQ (e.g., two SB Master Contracts or two SDVOSB Master Contracts are prohibited). In order to qualify, the contractor must represent as the required socioeconomic business type for the requested SB socioeconomic IDIQ (e.g. WOSB, SDVOSB).

OASIS+ contractors seeking to apply any or all of the previously awarded Domains held on their existing Master Contract(s) will only be awarded those Domain CLINs in which the contractor does not exceed the represented size standard identified in Section C.2.

The process for the Lateral Springboarding will require the submission of the following documents to the OASIS+ Contracting Officer (CO):

1. A cover letter on company letterhead, signed and dated by an authorized negotiator, or officer of the company summarizing the request to hold another IDIQ Master Contract.

2. Current Representations and Certifications from Section K indicating the relevant socioeconomic categories to which the proposal applies.

3. A Lateral Springboarding summary sheet that indicates the currently awarded Domains on the currently held IDIQ(s) with cross mapping to the eligible Domains of the requested IDIQ(s).

Note: A price proposal submission is not required as part of Lateral Springboarding.

If proposing new, additional Domains, the contractor shall follow the requirements as outlined in Section H.11.3 Domain Enhancement Procedures. If the contractor proposes to add Domains and laterally spring-board in conjunction, the contractor must coordinate with the OASIS+ CO.

To facilitate this springboarding, and in order to maximize participation across the OASIS+ IDIQs, contractors are encouraged to notify the OASIS+ CO when SB socioeconomic categories applicable to the OASIS+ program are obtained.

Domain enhancement is only available when solicitations are accepting new offers.

Domain Enhancement provides existing OASIS+ contractors the opportunity to submit a proposal to add Domains that they do not already hold under their currently awarded contract(s) through a contract modification. To be considered for Domain Enhancement, the Contractor must submit all of the following to the OASIS+ CO:

1. Cover letter on company letterhead, signed and dated by the COCM or authorized designee with signatory authority identifying the requested Domain(s) to be added.

2. Proposal in response to the current or most recent OASIS+ solicitation.

Additionally,

a. the proposal must meet all of the criteria of the applicable OASIS+ solicitation, and:

b. the proposal must receive an evaluated score equal to or higher than the qualification threshold for the proposed Domain(s).

Note: A price proposal submission is not required as part of Domain Enhancement. Contractors are also not required to submit responsibility information with the Domain Enhancement request, unless requested by the OASIS+ CO.

Upon approval of the Domain Enhancement modification request by the CO, the contract will be modified to add those Domain CLINs in which the contractor does not exceed the represented size standard identified in Section C.2. The awarded CLINs (and associated NAICS Codes) represent the fair opportunity pools in which the awardee may compete. Offerors will not be awarded any Domain CLINs in which it represents its size as other than small unless an exception to affiliation exists set forth in 13 CFR § 121.103(b).

If a contractor submits a Domain Enhancement request and is found to be unqualified for award of the requested Domain(s) by the OASIS+ CO (i.e., its proposal does not meet all of the applicable criteria and/or did not receive an evaluated score equal to or higher than the applicable qualification threshold(s)), the contractor shall be ineligible to submit another Domain Enhancement request for the same Domain(s) for 180 calendar days from notification of rejection.

Based on what is in the best interest of the Government and depending upon the needs of various customer agencies, GSA reserves the right whether or not to accept Domain Enhancement requests at any given time, and may limit requests to only one or more targeted Domain(s).

Compete for task orders

GSA eBuy is the tool the government uses for OASIS+ task order solicitations and market research. As an OASIS+ contractor, you are required to monitor and respond to all task order solicitations through GSA eBuy.

It is the only authorized method for responding to:

  • Requests for Proposals (RFPs)
  • Requests for Information (RFIs)
  • Requests for Quotes (RFQs)

In addition, GSA eBuy identifies the contractors on each OASIS+ contract. This list can help you assess your competition and position yourself effectively for upcoming task orders. 

Tips on networking with federal agencies

Your success with the OASIS+ contract program will depend upon your marketing and business development efforts. GSA cannot market your OASIS+ contract for you, but we have provided tips and resources to help you develop a successful marketing strategy for your OASIS+ contract. The GSA Vendor Support Center is full of helpful resources and information about a wide range of topics including market research, exposure, and bidding opportunities.

Before you get started, ask yourself the following questions to decide where to focus your efforts and resources:

  • How will customers find you?
  • What sets you apart from your competitors?
  • How will you connect with government customers?
  • How will you shape a successful marketing and business development strategy?
  • How can companies partner with GSA and be a better provider to federal customers?
  • What resources are available to help me become a successful marketer?

How will customers find you?

They will find you in GSA eBuy, the task order solicitation system used by GSA’s OASIS+ Program. Ensure you keep your vendor profile up-to-date so federal agencies can easily see your core competencies and expert knowledge and skills.

How will you connect with government customers?

Attend ‘Industry Days’

Agency buyers often conduct industry days for their requirements to provide details on what, when, and how the government is seeking contractor support, and specific mission needs contractors can address. Industry days also offer opportunities to meet one-on-one with program personnel. Some include question-and-answer sessions with valuable information on the procurement and upcoming opportunities.

‘Industry Days’ are your opportunity to:

  • Help inform government personnel about commercial (or other) best practices, and specifications for the project;
  • Demonstrate your interest in the procurement;
  • Market your company’s core competencies and specific project knowledge;
  • Network with other businesses for potential partnering opportunities, that may assist in:
    • Making your offer more competitive through teaming, and/or
    • Achieving compliance with (for SBs) FAR 52.219-14 or for “other than small businesses,” networking with SBs to help meet your subcontracting plan goals. The acquisition community is small, and can become stronger through networking and working in concert, to achieve results that meet contract requirements for the good of our government.

Connect with agency small business offices

Every federal agency has an office assigned to help small businesses access procurements reserved exclusively for small businesses’ participation. For example, we have national and regional small business representatives, and most military bases have local offices to assist small businesses with procurements. Reach out to these offices if you would like to do business with that agency. Ask about upcoming industry days, small business outreach events, procurement pipeline information, and the best ways to stay apprised of their business opportunities.

Use the services of APEX Accelerators

The APEX Accelerators program, formerly known as Procurement Technical Assistance Program, or PTAP, under management of the Department of Defense Office of Small Business Programs, or OSBP, plays a critical role in the department’s efforts to identify and helps a wide range of businesses enter and participate in the defense supply-chain. The program provides the education and training to ensure that all businesses become capable of participating in federal, state, and local government contracts.

Respond to RFIs

Responding to RFIs is critical because it serves to ensure your interest in the procurement is known! Contracting officers are using RFIs (and industry days) to help make very important acquisition strategy decisions. COs are determining strategy elements such as:

  • What NAICS represents the principal purpose of the work;
  • Is there an existing contract vehicle that supports the scope of the procurement;
  • How many contractors in each socioeconomic group are able to meet their requirements - leading to the decision “should this be a SB or other socioeconomic set-aside” (i.e., can I meet the “Rule of Two”) and more.

RFIs can take time to respond to, and sometimes things won’t get set-aside even if you respond, but do not let one pass you by — they are too important: an RFI isn’t a solicitation, which means you can get in on the forefront of acquisition planning and share your capabilities, your knowledge and experience, and have the opportunity to help shape the procurement by responding and showing interest. Responding to RFIs shows the customer there is interest within the OASIS+ vendor base for their work.

Attend government conferences that align with your corporate offerings to government

It is important to network — that means strategically attending functions that can get your company recognized and connected. The ACT-IAC offers an annual conference which serves as an opportunity to do just that! Check out ACT-IAC (actiac.org), and consider engaging in their functions.

The Coalition for Government Procurement is another organization that connects Government and Industry — check out The Coalition for Government Procurement for information about their events and how they can help you network in the federal marketplace.

Analyze government spending

Use the USASpending.gov and Schedule Sales Query Plus tools to start your market research. These tools help you survey potential customers’ spending habits and identify the types of products and services they are buying.

How can companies partner with GSA and be a better provider to federal customers?

Marketing your services that are within the scope of your OASIS+ contract to federal agencies is a key way to drive opportunities to the OASIS+ program, which will increase your opportunities to compete for meaningful work. Below are requirements and tips to help you market your OASIS+ contract to federal agencies:

Attend OASIS+ Program Management Reviews (PMRs) 

  • These are exclusively for OASIS+ contractors and attendance is mandatory.
  • In the PMRs you will meet other OASIS+ contractors, and have the opportunity to network. They are a space to ask for business and partnership. OASIS+ is a community that has been established to deliver to federal agencies.
  • In the PMRs you will hear from and meet actual requirement owners from across the federal marketplace, who will discuss upcoming opportunities that may be within your expertise.

Review SAM.gov Sources Sought Notices and Requests for Information Notices

  • Regularly review SAM.gov opportunities and respond to them, recommending the procurement (if it is within the scope) be solicited under OASIS+. This will help streamline procurements for federal agencies, and provide you the opportunity to compete for orders under OASIS+ program.

Network, network, network

  • Network with all of the companies in your domain across all OASIS+ contract families! Send them your capabilities statements and your unique value proposition, let them get to know your company, and ask for subcontracting opportunity consideration on current or future orders.
  • Subcontracting is a great way to get your foot in the door. Review awarded orders under OASIS+ through FPDS.gov and contact contractors who have received a contract award to see if they have subcontracting opportunities.
  • Small businesses can meet with the SBA, and get advice on how to raise business volume and market your contract.

Research potential opportunities

In the future, OASIS+ plans to establish an opportunities dashboard in Symphony. Until then, customers and vendors are encouraged to monitor the RFI, general solicitation activities in their domain and fair opportunity NAICS codes, and SAM.gov as the sources of information about opportunities.

Have a question about competing for task orders?

For additional resources, check out:

  • For technical questions about GSA eBuy, email: vendor.support@gsa.gov
  • For any other questions about competing for task orders email: oasisplus@gsa.gov

OSIG+ information

After you receive your contract award, you are invited to join the OASIS+ Shared Interest Group (OSIG+). These OSIGs+ work on program and business development initiatives to enhance outcomes for both government and industry stakeholders. OSIG+ serves as a platform for open discussions and information exchange between Industry and GSA, giving industry partners a voice and providing GSA with industry insights to benefit the OASIS+ program and its customers directly. It fosters collaboration, innovation, and shared understanding to promote the utilization and growth of the OASIS+ contract.

There is currently an OSIG+ for Unrestricted contract holders, and an OSIG+ for Small Business contract holders.

Industry partners will soon have access to their centralized websites. 

Invites to the OSIG+ meetings

  • All invitations are sent to the COCM/COPM -  those your firm has currently registered in FedConnect.  If you did not receive an invitation, please have your officemate forward the invitation link for adding to your calendar, or;
  • GSA suggests setting up a “corporate” email address so that more than just your COCM/ COPM are in the loop. 
  • As a best practice, consider having your IT department create a dedicated email address (e.g., “OASIS+@abc.com”) and configure it to distribute messages to multiple recipients. This ensures continuity of communication, even if someone is out of the office or on leave.

All COCM/PM POC updates are to be made via FedConnect.  If you need assistance, contact the FedConnect Support Center.

 

Print Page Email Page
Last updated: Sep 18, 2025
Top
    • OASIS Plus
    • About OASIS Plus
    • Buyers’ guide
    • Sellers’ guide
      • Sellers Guide (printable)
      • Determine if OASIS+ aligns with your business model
      • Do I qualify to be an OASIS+ vendor?
      • Review solicitations
      • Submit an offer to OASIS+ in Symphony
      • Next Steps after Award
      • Make changes to your contract
      • Compete for task orders
      • OSIG+ Information
      • Marketing materials
    • Resources
    • Events and training
    • Community
    • Contact OASIS Plus

Home

  • Resources for …
    • Americans with Disabilities
    • Citizens and Consumers
    • Federal Employees
    • GSA Employees
    • Native American affairs
    • Presidential & Congressional Commissions, Boards or Small Agencies
    • Small Business
  • Governmentwide Initiatives
    • Centers of Excellence
    • Digital experience
    • Emergency response
    • Federal Cybersecurity
    • ID, Credentials, and Access Management
    • Information Quality
    • Open Data
    • Technology Modernization Fund
  • Contact Us
  • Organization
    • Leadership Directory
    • Staff Directory
  • References
    • Annual reports
    • Plain Language
    • Budget and Performance
    • Catalogs
    • Orders & Directives
    • Forms
  • Website Information
    • A-Z Index
    • Report a website issue
    • Sitemap
  • Also of Interest
    • Data.gov
    • Whitehouse.gov
  • Tools
    • eBuy
    • eLibrary
    • Contracting forecast tool
    • GSA Advantage
    • GSA Auctions
GSA logo
  • Facebook
  • X
  • LinkedIn
  • YouTube
  • instagram
  • Blog
  • email

JOIN THE CONVERSATION

GSA.gov

An official website of the U.S. General Services Administration

  • Accessibility statement
  • Website Policies
  • Reports
  • Office of the Inspector General
  • No FEAR Act
  • FOIA Requests
  • Board of Contract Appeals
Looking for U.S. government information and services?
Visit USA.gov

PER DIEM LOOK-UP

1 Choose a location

Error, The Per Diem API is not responding. Please try again later.

No results could be found for the location you've entered.

Get my location

OR

OR

Rates for Alaska, Hawaii, and U.S. territories and possessions are set by the Department of Defense.

Rates for foreign countries are set by the Department of State.

2 Choose a date


OR

Rates are available between 10/1/2023 and 09/30/2026.

The End Date of your trip can not occur before the Start Date.

 
 
Additional terms and conditions

Traveler reimbursement is based on the location of the work activities and not the accommodations, unless lodging is not available at the work activity, then the agency may authorize the rate where lodging is obtained.

Unless otherwise specified, the per diem locality is defined as "all locations within, or entirely surrounded by, the corporate limits of the key city, including independent entities located within those boundaries."

Per diem localities with county definitions shall include"all locations within, or entirely surrounded by, the corporate limits of the key city as well as the boundaries of the listed counties, including independent entities located within the boundaries of the key city and the listed counties (unless otherwise listed separately)."

When a military installation or Government - related facility(whether or not specifically named) is located partially within more than one city or county boundary, the applicable per diem rate for the entire installation or facility is the higher of the rates which apply to the cities and / or counties, even though part(s) of such activities may be located outside the defined per diem locality.