Hartwood Consulting Group
Hartwood Consulting Group
  • Home
  • About
    • Who We Are
    • What We Believe
    • Leadership
    • Contact Us
  • Our Services
    • Our Approach
    • Capabilities
    • Featured Solutions
    • Case Studies
  • Contract Vehicles
  • Insights
    • Blog
    • Events
  • Careers
  • More
    • Home
    • About
      • Who We Are
      • What We Believe
      • Leadership
      • Contact Us
    • Our Services
      • Our Approach
      • Capabilities
      • Featured Solutions
      • Case Studies
    • Contract Vehicles
    • Insights
      • Blog
      • Events
    • Careers
  • Home
  • About
    • Who We Are
    • What We Believe
    • Leadership
    • Contact Us
  • Our Services
    • Our Approach
    • Capabilities
    • Featured Solutions
    • Case Studies
  • Contract Vehicles
  • Insights
    • Blog
    • Events
  • Careers

GSA OASIS+ SDVOSB

Contract Description

  OASIS+ is a Government-Wide, Multi-Agency Contract (MAC) a multiple-award, Indefinite Delivery, Indefinite Quantity (IDIQ) vehicle designed to provide Federal agencies with integrated, best-in-class service solutions.

The program supports complex, multi-disciplinary requirements and allows agencies to procure both Commercial and Non-Commercial services with full flexibility at the task order level.


Structured Across Seven Service Domains

OASIS+ is organized into seven distinct domains — each representing a grouping of related professional services across multiple NAICS codes. This domain structure enables agencies to acquire comprehensive solutions that span technical, operational, advisory, and mission-support functions.


The seven domains include:

  • Management & Advisory Services – Strategic planning, organizational improvement, program management, financial management, and business transformation.
  • Technical & Engineering Services – Systems engineering, IT services, digital modernization, cybersecurity, and technical design support.
  • Research & Development Services – Applied research, innovation, and scientific/technical advancement.
  • Intelligence Services – Intelligence analysis, mission support, and operational integration.
  • Environmental Services – Environmental compliance, sustainability, and remediation support.
  • Facilities Services – Infrastructure support, operations, and maintenance.
  • Logistics Services – Supply chain management, lifecycle support, and sustainment operations.

This domain-based approach ensures agencies can procure integrated solutions that cross functional boundaries while maintaining acquisition efficiency.


WhyOASIS+ SDVOSB Contract?

        ✔ Available for use by all Federal agencies

        ✔ Supports complex, integrated, multi-disciplinary requirements

        ✔ Flexible contract types, including hybrid and cost-reimbursement

        ✔ Allows Other Direct Costs (ODCs) and ancillary components

        ✔ No ceiling limits on contract or task order values

        ✔ CONUS and OCONUS performance capability


The OASIS+ SDVOSB Delivers:

  • Reduced procurement lead times and administrative burden
  • Access to pre-qualified, Best-in-Class contractors
  • Task-order level flexibility for pricing, teaming, and execution strategy
  • Scalable solutions aligned to mission complexity

  

Through OASIS+, agencies define scope, contract structure, and pricing at the task order level — ensuring agility, compliance, and mission-focused execution.


  

FOR THE CONTRACTING SHOP

The process for a Contracting Officer (CO) to issue a sole source award to a Service-Disabled Veteran-Owned Small Business (SDVOSB) is governed by FAR 19.1406, though specific agency regulations (like the VAAR for the VA) may apply.

As of early 2026, the key change to keep in mind is the mandatory SBA certification; self-certification is no longer valid for sole source or set-aside awards.


1. Market Research & The "Rule of Two"

Before moving to a sole source, the CO must first conduct market research to determine if the "Rule of Two" applies. A sole source is only permissible if:

  • The CO does not have a reasonable expectation that offers would be received from two or more SDVOSB concerns.
  • If research shows two or more capable SDVOSBs, the requirement should generally be a competitive set-aside.


2. Verify SBA Certification

Effective January 1, 2024, and continuing into 2026, the CO must verify the firm's status in the SBA Veteran Small Business Certification Program (formerly VA's VIP/VetCert).

  • Action: Check the firm’s status in the System for Award Management (SAM.gov) and the SBA's certification database.
  • Requirement: The firm must be certified by the SBA at the time of the offer and the time of award.


3. Check Threshold Limits (2026 Updated)

The CO must ensure the anticipated award price (including all options) does not exceed the statutory limits. Based on the most recent inflation adjustments:

  • Manufacturing NAICS: Up to $8.5 million.
  • All other NAICS: Up to $5 million.
  • Note: For the Department of Defense (DoD), thresholds may be higher (e.g., $8 million for non-manufacturing), while the Department of Veterans Affairs (VA) generally operates under a flat $5 million limit per VAAR 819.7008.


4. Determine Fair and Reasonable Price

The CO must determine that the award can be made at a fair and reasonable price. This is often done through:

  • Comparison with previous contract prices for similar items.
  • Comparison with competitive published price lists or independent government estimates (IGE).
  • Requesting "data other than certified cost or pricing data" if necessary.


5. Prepare the Justification and Approval (J&A)

A sole source award must be supported by a written Justification and Approval (J&A) document. Per FAR 6.302-5 ("Authorized or Required by Statute"), the CO must:

  • Detail why the SDVOSB is the only one capable of performing.
  • Cite the statutory authority: 15 U.S.C. 657f.
  • Demonstrate that the award is in the best interest of the government.


6. Synopsis and Public Posting

Unless an exception applies (e.g., unusual and compelling urgency), the CO must:

  • Synopsize the intent to sole source on SAM.gov for at least 15 days (or a shorter period for commercial items).
  • Publicly post the J&A within 14 days after the award is made (or 30 days if under FAR 6.302-2).


7. Responsibility Determination

The CO must perform a formal responsibility determination to ensure the SDVOSB:

  • Has adequate financial resources.
  • Can comply with the required delivery/performance schedule.
  • Has a satisfactory performance record and integrity.

Contract AWARD Information  

Contract Number:  47QRCA25DV039

Period of Performance: 

April 15, 2030

  

Authorized Users:  

All Federal Agencies   


Geographic Scope:  

US Domestic and Overseas Delivery      


Hartwood GSA OASIS+ SDVOSB Contact:


Bruce Kirkland, Director of Business Development

Phone Number: 540-388-9501 

Email: bruce.kirkland@hartwoodcg.com


Thad Ashe, CEO/Authorized Negotiator

Phone Number: 703-499-0533

Email: thad.ashe@hartwoodcg.com 

Contract Vehicles

View More
  • Home
  • Contact Us
  • Capabilities
  • Featured Solutions
  • Contract Vehicles
  • Events
  • Careers

Hartwood Consulting Group

Email: info@hartwoodcg.com

Main Phone: 571-202-2530

Copyright © 2026 Hartwood Consulting Group - All Rights Reserved.

Powered by

This website uses cookies.

We use cookies to analyze website traffic and optimize your website experience. By accepting our use of cookies, your data will be aggregated with all other user data.

Accept