Issue #111 · Free Issue

OASIS+ Explained: The 8 Pools, What Changed, and How to Position Now

GSA's OASIS+ is now the largest professional services IDIQ in the federal market — with 8 distinct pools, new past performance evaluation rules, and on-ramp windows that reward firms who prepare early. Here is everything you need to know.

Published: March 11, 2026 By: Sandra Kim, IDIQ Intelligence Editor Read time: 8 min

When GSA launched OASIS+ in 2023 as the successor to the original OASIS and OASIS Small Business vehicles, it fundamentally restructured how professional services contracts are competed across the civilian and defense agencies. More than two years in, the vehicle has matured into the dominant platform for complex, integrated professional services — covering management consulting, program management, logistics, IT, engineering, and financial services all under one contract umbrella.

But OASIS+ is not one contract. It is eight. Each pool has its own eligibility rules, NAICS scope, qualification thresholds, and competitive dynamics. Firms that treat it as monolithic are making expensive mistakes — either missing pools they qualify for, or burning proposal resources on pools where they have no realistic path to award. This issue gives you the full breakdown.

The 8 Pools: Structure, Eligibility, and What Each One Covers

OASIS+ pools are divided into two main tracks: Unrestricted (UR) and Small Business (SB). The Unrestricted pool is open to all business sizes; the remaining seven are set-aside pools for socioeconomic categories. Pool membership is not mutually exclusive — a qualifying small business can hold awards in multiple set-aside pools simultaneously, which is one of the most powerful (and underused) strategies on this vehicle.

Pool Set-Aside Type Primary NAICS Scope Typical TO Size Active Primes
Unrestricted (UR) None (all sizes) 541611, 541614, 541690, 541330, 541519, 541715 $5M – $500M+ ~340
Small Business (SB) Small Business 541611, 541614, 541690, 541330, 541519, 541715 $1M – $50M ~620
8(a) 8(a) Program Same as SB pool; 8(a) certification required $500K – $20M ~210
WOSB Women-Owned SB Same as SB pool; WOSB/EDWOSB certification required $500K – $25M ~185
HUBZone HUBZone SB Same as SB pool; active HUBZone cert required $500K – $20M ~95
SDVOSB Service-Disabled Vet SB Same as SB pool; VA CVE or SBA SDVOSB cert required $500K – $30M ~160
VOSB Veteran-Owned SB Same as SB pool; VA CVE or SBA VOSB cert required $500K – $20M ~140
AbilityOne AbilityOne Program 541611, 541690 — workforce development services only $250K – $10M ~28

The NAICS codes above represent the primary scope, but OASIS+ task orders can span a broad range of NAICS codes under each pool's authority. The six "anchor" NAICS codes — 541611 (Administrative Management and General Management Consulting), 541614 (Process, Physical Distribution and Logistics Consulting), 541690 (Other Scientific and Technical Consulting), 541330 (Engineering Services), 541519 (Other Computer Related Services), and 541715 (Research and Development in Physical, Engineering, and Life Sciences) — cover the vast majority of task order work.

How OASIS+ Differs from the Original OASIS

The original OASIS vehicle, launched in 2012, was structured around two pools: Unrestricted and Small Business. That simplicity was also a limitation — it meant every professional services firm competed in the same lane regardless of specialization, and the set-aside market was captured by a single SB pool with no socioeconomic differentiation.

OASIS+ made five structural changes that matter for BD and capture teams:

  1. Expanded pool structure. Eight pools vs. two. This creates more competition windows and lets agencies set aside task orders with specificity that wasn't possible before.
  2. Revised past performance evaluation methodology. Under original OASIS, past performance was evaluated on a point scale with heavy weighting toward dollar size. OASIS+ evaluates past performance on relevance and quality only — recency matters but contract dollar size has been de-emphasized, opening the door for smaller firms to compete on complex requirements.
  3. Continuous on-ramping. Original OASIS had a single on-ramp period and stayed closed for years. OASIS+ is structured to allow periodic on-ramps, with GSA committing to on-ramp cycles no less than every two years. The next on-ramp cycle is expected in late 2026.
  4. Domain categorization. OASIS+ introduces formal domain categories (Management and Advisory, Technical and Engineering, Research and Development, Intelligence, Enterprise Solutions, Logistics, and Financial) that task order agencies must reference when placing orders. This creates clearer positioning lanes for contractors.
  5. Streamlined ordering procedures. The ordering Guide is more prescriptive than the original OASIS ordering guide, with specific requirements for competition at the task order level, including mandatory use of GSA's e-Buy platform for orders above $250,000.
"OASIS+ represents the most significant restructuring of how the federal government buys professional services in a decade. The pool architecture is not just an eligibility mechanic — it's a market segmentation strategy." — GSA Deputy Commissioner for the Federal Acquisition Service, at the 2025 OASIS+ Industry Day

The New Past Performance Evaluation Methodology

The most consequential change in OASIS+ for firms attempting to on-ramp is the revised past performance methodology. Under the original OASIS solicitation, offerors needed to demonstrate past performance on contracts of a minimum dollar threshold — and GSA scored larger contracts more favorably. A $50M contract was worth more than a $5M contract, even if the scope of work was identical.

OASIS+ changed this in a way that advantages specialist firms. Past performance is now evaluated on two criteria only: relevance (does the reference contract fall within one of the seven OASIS+ domains, and does it match the scope of the pool being applied to?) and quality (CPARS ratings and customer reference evaluations). Dollar thresholds are used only as minimum floors, not as scoring multipliers.

What This Means in Practice

For the Unrestricted pool, the minimum past performance threshold is one contract at or above $5M in total contract value within the last five years. For Small Business and set-aside pools, the minimum is one contract at or above $1M. But here is the critical insight our analysts have identified from reviewing on-ramp solicitation evaluations: firms that submitted three or more relevant references consistently outperformed firms with just one or two references, even when the single-reference firms had significantly larger contract values. GSA's evaluators are looking for demonstrated breadth of domain experience, not just scale.

On-Ramp Preparation Checklist

If you are targeting the next OASIS+ on-ramp cycle (expected late 2026), you should be building your past performance record now. Identify three to five CPARS-rated contracts in your target domains. If any CPARS ratings are below "Satisfactory," request an in-person discussion with your contracting officer to understand whether a correction is warranted. Check that your SAM.gov registration lists the correct primary NAICS codes — discrepancies between your SAM record and your past performance references are a common source of technical evaluation point deductions.

Common Mistakes That Got Firms Rejected from the Unrestricted Pool

Through FOIA requests and industry debrief data shared with GovPaid, we've identified the most consistent reasons firms failed to make the Unrestricted pool in the 2023 on-ramp cycle. If you plan to apply in 2026, these are the pitfalls to avoid:

  1. Wrong NAICS code on past performance references. Firms submitted references in NAICS codes that fell outside the OASIS+ Unrestricted pool scope. A contract under NAICS 541512 (Computer Systems Design) does not count toward 541511 (Custom Computer Programming) eligibility — even though the work is nearly identical. Verify every reference against the exact NAICS code listed in the solicitation's domain definitions.
  2. Incomplete CPARS records. References submitted without a corresponding CPARS evaluation, or where CPARS evaluations had been initiated but not finalized, were rated "unknown" — effectively zero — on quality. If you have a qualifying contract with no CPARS on file, contact your CO immediately and request that one be opened.
  3. Teaming arrangement references without proper documentation. Firms that listed subcontract experience as prime past performance were disqualified. Only prime contract experience counts. If you've been a subcontractor on relevant work, you need to get onto a prime contract before the on-ramp window opens.
  4. Pool eligibility lapses between application and award. Several firms had their socioeconomic certification expire between the date they submitted their proposal and the date GSA made awards. For set-aside pools, your certification must be current and active on the date of award, not just on the date of proposal submission.
  5. Insufficient minimum experience years. OASIS+ requires that the firm (not a predecessor or acquired entity) demonstrate experience. Firms that had recently acquired another company and tried to use the acquired company's past performance — without demonstrating corporate continuity — were rejected on technical eligibility grounds.

Solicitation Alerts: OASIS+ Task Orders on the Horizon

Active and upcoming OASIS+ task order competitions that GovPaid Pro subscribers should have in their pipeline trackers:

  • DHS CBP — Enterprise Program Management Support (OASIS+ UR) · $85M ceiling · Pre-RFP industry day scheduled April 8, 2026 · PWS covers program management office support across IT and logistics domains
  • HHS ACF — Family Services Research and Evaluation (OASIS+ SB) · $42M · Sources Sought closes April 2 · NAICS 541715 · Small Business set-aside
  • DoD OSD — Defense Management Consulting Services (OASIS+ UR) · $120M IDIQ with 5-year PoP · Draft RFP expected Q2 2026 · Management and Advisory domain
  • GSA PBS — Facilities Engineering and Construction Management (OASIS+ UR) · $65M · RFP posted March 9 · Proposals due April 18, 2026 · NAICS 541330
  • VA — Mental Health Program Management Support (OASIS+ SDVOSB) · $28M · Award expected Q3 2026 · SDVOSB set-aside · NAICS 541611

That's the briefing for this week. If this was forwarded to you, subscribe free here. Pro subscribers get full access to our OASIS+ Pool Positioning Report, the complete on-ramp scoring rubric analysis, and our task order pipeline tracker with 180+ active OASIS+ opportunities. Upgrade to Pro →