Contract Vehicles
OASIS+ WOSB
One Acquisition Solution for Integrated Services Plus (OASIS+) is a government-wide, multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) program designed to support federal agencies’ procurement requirements for services-based solutions. OASIS+ contracts may be used by all federal agencies, including the Department of Defense (DoD) and Federally Funded Research and Development Centers (FFRDCs).
According to the General Services Administration (GSA), which manages the OASIS+ IDIQ contracts, the key benefits of OASIS+ include:
- Flexible/expandable domain-based structure
- Global access to commercial and noncommercial structures
- No contract ceiling or cap on awards
- Industrial base of highly qualified contractors
- 10-year period (base of 5 years plus one 5-year option period)
- Open on-ramping after initial awards
- Price evaluation at the contract level
- Task order solicitation through a single platform, GSA eBuy
Contractor Capabilities for OASIS+ WOSB
SABG was awarded an IDIQ contract in the WOSB category. The NAICS and CLINS under which SABG qualifies include:
- Management and Advisory (NAICS 54162)
- Technical and Engineering (NAICS 336611, NAICS 488190, NAICS 541330, NAICS 541330 [Exception 1], NAICS 541330 [Exception 2], NAICS 541330 [Exception 3], NAICS 541360, NAICS 611512)
- Intelligence Services (NAICS 541330, NAICS 541330 Exception 1, NAICS 541330 [Exception 2], NAICS 541330 [Exception 3], NAICS 541715, NAICS 541715 [Exception 1], NAICS 541715 [Exception 2], NAICS 541715 [Exception 3], NAICS 541720)
- Facilities (NAICS 488190, NAICS 541330, NAICS 561210, NAICS 562111, NAICS 562112, NAICS 562211)
SABG Points of Contact
Mr. Thomas Row
P: 703-286-5020 | F: 703-717-5024
Contracts@sabg.com
Companies interested in partnering with SABG on an OASIS+ opportunity may reach out to our Business Development team at bd@sabg.com.
Additional Resources
OASIS+ WOSB Contract Number: 47QRCA24DW082
Period of Performance: 09/30/2024 – 09/29/2029 (plus five-year option)
SAM Unique Entity ID: CYTTJMLP4535
CAGE Code: 390M4
Contract Number
- 47QRCA24DW082
Contract Period
- 09/30/2024 – 09/29/2029 (plus five-year option)
Contact Information
Mr. Thomas Row
P: 703-286-5020 | F: 703-717-5024
Contracts@sabg.com
Companies interested in partnering with SABG on an OASIS+ opportunity may reach out to our Business Development team at bd@sabg.com.
OASIS+SDVOSB
One Acquisition Solution for Integrated Services Plus (OASIS+) is a government-wide, multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) program designed to support federal agencies’ procurement requirements for services-based solutions. OASIS+ contracts may be used by all federal agencies, including the Department of Defense (DoD) and Federally Funded Research and Development Centers (FFRDCs).
According to the General Services Administration (GSA), which manages the OASIS+ IDIQ contracts, the key benefits of OASIS+ include:
- Flexible/expandable domain-based structure
- Global access to commercial and noncommercial structures
- No contract ceiling or cap on awards
- Industrial base of highly qualified contractors
- 10-year period (base of 5 years plus one 5-year option period)
- Open on-ramping after initial awards
- Price evaluation at the contract level
- Task order solicitation through a single platform, GSA eBuy
Contractor Capabilities for OASIS+ SDVOSB
SABG was awarded an IDIQ contract in the SDVOSB category. The NAICS and CLINS under which SABG qualifies include:
- Management and Advisory (NAICS 54162)
- Technical and Engineering (NAICS 336611, NAICS 488190, NAICS 541330, NAICS 541330 [Exception 1], NAICS 541330 [Exception 2], NAICS 541330 [Exception 3], NAICS 541360, NAICS 611512)
- Intelligence Services (NAICS 541330, NAICS 541330 Exception 1, NAICS 541330 [Exception 2], NAICS 541330 [Exception 3], NAICS 541715, NAICS 541715 [Exception 1], NAICS 541715 [Exception 2], NAICS 541715 [Exception 3], NAICS 541720)
- Facilities (NAICS 488190, NAICS 541330, NAICS 561210, NAICS 562111, NAICS 562112, NAICS 562211)
SABG Points of Contact
Mr. Thomas Row
P: 703-286-5020 | F: 703-717-5024
Contracts@sabg.com
Companies interested in partnering with SABG on an OASIS+ opportunity may reach out to our Business Development team at bd@sabg.com.
Additional Resources
OASIS+ SDVOSB Contract Number: 47QRCA24DV128
Period of Performance: 09/30/2024 – 09/29/2029 (plus five-year option)
SAM Unique Entity ID: CYTTJMLP4535
CAGE Code: 390M4
Contract Number
- 47QRCA24DV128
Contract Period
- 09/30/2024 – 09/29/2029 (plus five-year option)
Contact Information
Mr. Thomas Row
P: 703-286-5020 | F: 703-717-5024
Contracts@sabg.com
Companies interested in partnering with SABG on an OASIS+ opportunity may reach out to our Business Development team at bd@sabg.com.
OASIS+ Unrestricted
One Acquisition Solution for Integrated Services Plus (OASIS+) is a government-wide, multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) program designed to support federal agencies’ procurement requirements for services-based solutions. OASIS+ contracts may be used by all federal agencies, including the Department of Defense (DoD) and Federally Funded Research and Development Centers (FFRDCs).
According to the General Services Administration (GSA), which manages the OASIS+ IDIQ contracts, the key benefits of OASIS+ include:
- Flexible/expandable domain-based structure
- Global access to commercial and noncommercial structures
- No contract ceiling or cap on awards
- Industrial base of highly qualified contractors
- 10-year period (base of 5 years plus one 5-year option period)
- Open on-ramping after initial awards
- Price evaluation at the contract level
- Task order solicitation through a single platform, GSA eBuy
Contractor Capabilities for OASIS+ Unrestricted
SABG was awarded an IDIQ contract in the Unrestricted category. The NAICS and CLINS under which SABG qualifies include:
- 541611 – Administrative Management and General Management Consulting Services
- 541612 – Human Resources Consulting Services
- 541613 – Marketing Consulting Services
- 541614 – Process, Physical Distribution, and Logistics Consulting Services
- 541618 – Other Management Consulting Services
- 541620 – Environmental Consulting Services
- 541690 – Other Scientific and Technical Consulting Services
- 541990 – All Other Professional, Scientific and Technical Services
SABG Points of Contact
Mr. Thomas Row
P: 703-286-5020 | F: 703-717-5024
Contracts@sabg.com
Companies interested in partnering with SABG on an OASIS+ opportunity may reach out to our Business Development team at bd@sabg.com.
Additional Resources
OASIS+ Unrestricted Contract Number: 47QRCA25DU314
Period of Performance: 5-year Base Period and one 5-year Option Period
SAM Unique Entity ID: CYTTJMLP4535
CAGE Code: 390M4
Contract Number
- 47QRCA25DU314
Contract Period
- 5-year Base Period and one 5-year Option Period
Contact Information
Companies interested in partnering with SABG on an OASIS+ opportunity may reach out to our Business Development team at bd@sabg.com.
OASIS+ Small Business
One Acquisition Solution for Integrated Services Plus (OASIS+) is a government-wide, multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) program designed to support federal agencies’ procurement requirements for services-based solutions. OASIS+ contracts may be used by all federal agencies, including the Department of Defense (DoD) and Federally Funded Research and Development Centers (FFRDCs).
According to the General Services Administration (GSA), which manages the OASIS+ IDIQ contracts, the key benefits of OASIS+ include:
- Flexible/expandable domain-based structure
- Global access to commercial and noncommercial structures
- No contract ceiling or cap on awards
- Industrial base of highly qualified contractors
- 10-year period (base of 5 years plus one 5-year option period)
- Open on-ramping after initial awards
- Price evaluation at the contract level
- Task order solicitation through a single platform, GSA eBuy
Contractor Capabilities for OASIS+ Small Business
SABG was awarded an IDIQ contract in the Small Business category. The NAICS and CLINS under which SABG qualifies include:
- Management and Advisory (NAICS 54162)
- Technical and Engineering (NAICS 336611, NAICS 488190, NAICS 541330, NAICS 541330 [Exception 1], NAICS 541330 [Exception 2], NAICS 541330 [Exception 3], NAICS 541360, NAICS 611512)
- Intelligence Services (NAICS 541330, NAICS 541330 [Exception 1], NAICS 541330 [Exception 2], NAICS 541330 [Exception 3], NAICS 541715, NAICS 541715 [Exception 1], NAICS 541715 [Exception 2], NAICS 541715 [Exception 3], NAICS 541720)
- Facilities (NAICS 488190, NAICS 541330, NAICS 561210, NAICS 562111, NAICS 562112, NAICS 562211)
SABG Points of Contact
Mr. Thomas Row
P: 703-286-5020 | F: 703-717-5024
Contracts@sabg.com
Companies interested in partnering with SABG on an OASIS+ opportunity may reach out to our Business Development team at bd@sabg.com.
Additional Resources
OASIS+ SDVOSB Contract Number: 47QRCA25DS886
Period of Performance: 09/30/2024 – 09/29/2029 (plus five-year option)
SAM Unique Entity ID: CYTTJMLP4535
CAGE Code: 390M4
Contract Number
- 47QRCA25DS886
Contract Period
- April 26, 2024 to April 25, 2029
Contact Information
Companies interested in partnering with SABG on an OASIS+ opportunity may reach out to our Business Development team at bd@sabg.com.
EWAAC
The Enterprise-Wide Agile Acquisition Contract (EWAAC) is a $46 billion, 10-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract established by the U.S. Air Force Life Cycle Management Center’s Armament Directorate. Designed to expedite the development and deployment of advanced armament capabilities, EWAAC supports the full lifecycle of weapons systems—from concept and prototyping to production and sustainment. It emphasizes digital engineering, agile software development, open systems architecture, and enterprise analytics, aligning with the Air Force’s “Digital Trinity” initiative to modernize and streamline weapons acquisition processes.
EWAAC serves a broad range of Department of Defense stakeholders, including the Air Force Research Laboratory (AFRL), Special Operations Command (SOCOM), Air Force Nuclear Weapons Center (AFNWC), and the Navy. With a current pool of 298 vetted vendors, the contract vehicle fosters a competitive environment to deliver innovative solutions rapidly. Proposal-to-award timelines are significantly reduced—averaging:
- Flexible/expandable domain-based structure
- Global access to commercial and noncommercial structures
- No contract ceiling or cap on awards
- Industrial base of highly qualified contractors
- 10-year period (base of 5 years plus one 5-year option period)
- Open on-ramping after initial awards
- Price evaluation at the contract level
- Task order solicitation through a single platform, GSA eBuy
As a prime contractor on EWAAC, we are actively seeking teaming partners with complementary capabilities. Benefits of working with SABG under this contract include:
- Flexible/expandable domain-based structure
- Global access to commercial and noncommercial structures
- No contract ceiling or cap on awards
- Industrial base of highly qualified contractors
- 10-year period (base of 5 years plus one 5-year option period)
- Open on-ramping after initial awards
- Price evaluation at the contract level
- Task order solicitation through a single platform, GSA eBuy
SABG Point of Contact
Companies interested in partnering with SABG on an EWAAC opportunity may reach out to Caton Jarrett on our Business Development team at bd@sabg.com.
Additional Resources
SAM Unique Entity ID: CYTTJMLP4535
CAGE Code: 390M4
Contract Number
- FA865625DB093
Contract Period
- 03/13/2025 – 03/12/2035
Contact Information
Mr. Caton Jarrett,
BD@sabg.com
GSA MAS
Through our General Service Administration (GSA) Multiple Award Schedule (MAS), federal agencies have direct access to SABG’s wide range of business professional services.
Contract Number: 47QRAA24D0071
Period of Performance: April 26, 2024 to April 25, 2029
Available To: All federal agencies
Description of Services: Provides direct access to simple or complex fixed-price or labor-hour professional services.
Special Item Numbers (SIN) Awarded
- 541330ENG – Engineering Services
- 541420 – Engineering System Design and Integration Services
- 541611 – Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services
- 541715 – Engineering Research and Development and Strategic Planning
- OLM – Order-Level Materials (OLM)
GSA Professional Services Schedule Point of Contact
To contact SABG for information on the GSA Multiple Award Schedule, email Contracts@SABG.com.
Contract Number
- 47QRAA24D0071
Contract Period
- April 26, 2024 to April 25, 2029
Contact Information
To contact SABG for information on the GSA Multiple Award Schedule, email Contracts@SABG.com.
FAA eFAST
The Electronic FAA Accelerated and Simplified Tasks (eFAST) Master Ordering Agreement provides direct access to SABG’s recognized expertise in the Air Transportation Support (ATS) and Business Administration & Management (BAM) categories associated with the contract.
Contract Number: 693KA9-22-A-00237
Period of Performance: 05/04/2022 to 09/30/2029
Available To: Federal Aviation Administration (FAA)
Description of Services: This vehicle allows long term procurements for a broad array of professional and support services in an expedited, efficient and effective manner, to better serve the requirements of the FAA, and on a limited basis and when in the best interest of the Government, all other federal government agencies.
SABG SAM Unique Entity ID: CYTTJMLP4535
SABG CAGE Code: 390M4
FAA eFAST Point of Contact
To contact SABG for information on eFAST, please reach out to Mr. Thomas Row at contracts@sabg.com.
Contract Number
- 693KA9-22-A-00237
Contract Period
- 05/04/2022 to 09/30/2024
Contact Information
To contact SABG for information on eFAST, please reach out to Mr. Thomas Row at contracts@sabg.com.
Navy SeaPort-NxG
The SABG SeaPort Next Generation (SeaPort-NxG) team has the depth and breadth of capabilities to support any emerging challenges the NAVSEA Warfare Centers or field activities may encounter. The charter members of SABG’s SeaPort-NxG team are Analytic Services Inc. (ANSER), BCF Solutions Inc., BurningCastle LLC, CJ Seto Support Services LLC, and MDW Associates, LLC; however, our team currently includes additional companies to strengthen and expand our capabilities. This ‘one-stop shop’ capability is a unique characteristic in a VetCert-Certified SDVOSB and EDWOSB team and ensures we have the ability to support any NAVSEA tasking.
If you represent a company interested in teaming with SABG on SeaPort-NxG, please contact our SeaPort-NxG Business Development team (BD@sabg.com).
SABG Contract Number: N0017819D8577
Period of Performance: 2 January 2019 – 1 January 2029
Contract Type: IDIQ multiple award contract. Cost reimbursable (CPFF/CPIF/CPAF), fixed price (FP), or any combination of the two, are permitted task order types.
Government Customer Utilization: All warranted Contracting Officers from the NAVSEA, NAVAIR, SPAWAR, NAVSUP, MSC, Strategic Systems Programs, NAVFAC, ONR, and the U.S. Marine Corps are authorized to place orders under this IDIQ contract, using the electronic SeaPort portal.
Scope: Task orders issued under this contract by the Naval Sea Systems Command (NAVSEA), Space and Naval Warfare Systems Command (SPAWAR), Naval Supply Systems Command (NAVSUP), Military Sealift Command (MSC), Naval Facilities Command (NAVFAC), Office of Naval Research (ONR), or the United States Marine Corps, will include services that potentially span the entire spectrum of mission areas and technical capabilities supported by the Department of the Navy (DON) ordering activities. Services within the 2 Categories (with 23 functional area subcategories), identified below, may be performed under this contract for new and existing product areas, programs, or missions, which are assigned to these activities during the life of the contract. Services provided under this contract are categorized into the following categories:
- Engineering Services: This category consists of supporting the application of engineering disciplines to technically support the research and development of new and existing Naval capabilities and systems, technically support development of significant alterations to existing systems, support integration and interface of existing equipment or software into different applications or platforms to support the warfighter, and support evaluation of foreign or non-developmental systems, equipment, and technologies. This category also includes all support required within the area of environmental engineering of U.S. Navy weapon systems and base related infrastructure. Functional areas that are included under the Engineering Services category include but, are not limited to the following examples:
- Engineering, System Engineering, and Safety and Process Engineering Support
- Software Engineering, Development, Programming, and Network Support
- In-Service Engineering, Fleet Introduction, Installation and Checkout and Provisioning Support
- Measurement Facilities, Range, and Instrumentation Support
- Interoperability, Test and Evaluation, Trials Support
- Research and Development Support
- Modeling, Simulation, Stimulation, and Analysis Support
- Prototyping, Pre-Production, Model-Making, and Fabrication Support
- System Design Documentation and Technical Data Support
- Reliability, Maintainability, and Availability (RM&A) Support
- Inactivation and Disposal Support
- Biochemical Engineering Support
- Program Management Services: This category consists of applying the business, financial management, and technical disciplines required to support planning, organizing, staffing, controlling, and leading team efforts in managing acquisition programs such that the result places a capable and supportable system in the hands of the warfighter when and where it is needed, and does so at an affordable price. This category represents an integration of a complex system of differing but related functional disciplines that must work together to achieve program goals through development, production, deployment, operations, support, and This category also consists of providing information system software analysis, requirements definition, design, development, test, modification, installation, implementation, quality assurance, training, and documentation to meet the evolving data storage and reporting needs of programs, analyze existing IT and IS databases, web sites, and IT applications and recommend new or improved interfaces and improved management tools that meet new requirements, or improve management effectiveness and efficiency. Perform maintenance and technical support for Local Area Networks (LAN) and Wide Area Networks (WAN) that are outside the cognizance of the Navy Marine Corps Intranet (NMCI). Modify, implement, and maintain web-based information systems and links. Develop website structure, prepare documentation for population, implement, and maintain web sites. Conduct IA analyses, develop, recommend, and implement, monitor, update, and maintain, IA practices, procedures, equipment, algorithms, and hardware that are outside the cognizance of NMCI. This category also provides systems engineering and technical support for establishment, test, upgrade, and operational support of systems, networks, workstations and support equipment hardware and software that are outside the cognizance of NMCI. Functional areas that are included under the Program Management Services category include but, are not limited to the following examples:
- Financial Analysis and Budget Support
- Quality Assurance (QA) Support
- Functional and Direct Programmatic Administrative Support
- Professional Development and Training Support
- Analytical and Organizational Assessment Support
- Database Administrators
- Public Affairs and Multimedia Support
- Logistics Support
- Configuration Management (CM) Support
- Information System (IS) Development, Information Assurance (IA), and Information Technology (IT) Support
- Computer Systems Analysts
SeaPort-NxG does not allow for the direct procurement of supplies or hardware. Any material or products ordered shall be incidental and in direct support of performed services (for example, small scale testing equipment, prototypes, or spares).
For more information about using the SeaPort-NxG contract, please visit https://www.seaport.navy.mil/.
Contract Number
- N0017819D8577
Contract Period
Contact Information
- 2 January 2019 – 1 January 2029
For more information about using the SeaPort-NxG contract, please visit https://www.seaport.navy.mil/

Partner With SABG
- VetCert-Certified Service-Disabled Veteran-Owned Small Business (SDVOSB)
- SBA-Certified Women-Owned Small Business (WOSB)
- Registered in System for Award Management (SAM.gov)
- ISO 9001:2015, ISO/IEC 20000-1:2018, and ISO/IEC 27001:2013 certified
- CMMI Maturity Level 3 certified
- Best Place for Working Parents Employer
- Multiple Top Workplaces Culture Excellence Awards
SABG offers our customers a dependable teammate with the flexibility and capability to successfully accomplish your mission. We have a DCAA-accepted accounting system and are experienced in proposing and managing a wide range of contract types, from simple fixed price contracts through various cost type contracts (CPFF, CPAF, CPIF), often with multiple CLIN structures.

SABG’s Capabilities
Statement
More about SABG’s
services
Mission Matters

Case Study: Navigating the Space Domain as a Small Business – Lessons in “Mission-Driven” Success

Conversation: From Missile Defense to Mission-Driven Growth in Space

Policy Synopsis: Moving U.S. Tracking Sensors to Space

Conversation: The Future of SpOC and Space Operations Regarding Great Power Competition

Case Study: Developing Targeted Solutions to Increase Veteran Employment and Mission Readiness

Policy Synopsis: Space as a Warfighting Domain
Our Commitment to Veterans
At SABG, we deeply value the dedication and expertise veterans bring to our team. Founded by leaders with military roots, we are committed to creating meaningful career opportunities for transitioning service members, veterans, and their families. Through mentorship, professional development, and additional benefits, we provide a supportive environment where veterans can thrive.

Seaport-NxG
SeaPort Next Generation (SeaPort-NxG) provides an efficient and effective means of contracting for professional support services and enhancing small business participation in such functional areas as Engineering, Financial Management, and Program Management.
SABG contact: Contracts@SABG.com

PACTS II FC1 and FC2
SABGJV is the owner of two DHS multiple-award IDIQ contracts. The Program Management, Administrative, Operations (Clerical), and Technical Services program, hereafter referred to as PACTS II, is designed to establish a portfolio of Department-wide, strategically sourced, IDIQ contracts for non-IT support services that will enable DHS business and program units to accomplish their mission objectives, as well as cross-organizational missions.
SABG contact: PACTSII@SABG.net

GSA MAS
Through SABG’s Multiple Award Schedule (MAS) contract, government customers can obtain business-oriented services including strategic planning and strategy formulation, acquisition management support, integrated consulting services, integrated business program support, and business training.
SABG contact: Contracts@SABG.com

GSA OASIS Small Business Pool 1 and Pool 3
OASIS SB is an Indefinite Delivery Indefinite Quantity (IDIQ) contract that provides flexible and innovative solutions for complex professional services. The core disciplines of the contract include Program Management, Management Consulting, Logistics, Engineering, Scientific, and Financial Services.
SABG contact: Contracts@SABG.com

FAA eFAST
The Electronic Federal Aviation Administration (FAA) Accelerated and Simplified Tasks (eFAST) Master Ordering Agreement (MOA) is the FAA’s preferred contracting vehicle for small business contracts. SABG provides support in two functional areas: Air Transportation Support (ATS) and Business Administration & Management (BAM). The ATS functional area covers Facilities, Environmental, and Architectural activities, and the BAM functional area supports Acquisition, Budgetary, and overall Business Operations.
SABG contact: eFAST@SABG.com

DOT STEPC
The Services for Technical Writing, Editorials, Presentations and Communication (STEPC) Blanket Purchase Agreement (BPA) provides DOT agencies direct access to SABG’s recognized expertise in the professional services field. The primary scope area includes technical writing, editorial, presentation, and communications services.
SABG contact: Contracts@sabg.com
General Overview of OASIS+
One Acquisition Solution for Integrated Services Plus (OASIS+) is a government-wide, multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) program designed to support federal agencies’ procurement requirements for services-based solutions. OASIS+ contracts may be used by all federal agencies, including the Department of Defense (DoD) and Federally Funded Research and Development Centers (FFRDCs).
According to the General Services Administration (GSA), which manages the OASIS+ IDIQ contracts, the key benefits of OASIS+ include:
- Flexible/expandable domain-based structure
- Global access to commercial and noncommercial structures
- No contract ceiling or cap on awards
- Industrial base of highly qualified contractors
- 10-year period (base of 5 years plus one 5-year option period)
- Open on-ramping after initial awards
- Price evaluation at the contract level
- Task order solicitation through a single platform, GSA eBuy
Contractor Capabilities for OASIS+ SDVOSB
SABG was awarded an IDIQ contract in the SDVOSB category. The NAICS and CLINS under which SABG qualifies include:
- Management and Advisory (NAICS 54162 CLIN 40102)
- Technical and Engineering (NAICS 336611 CLIN 40201, NAICS 488190 CLIN 40202, NAICS 541330 CLIN 40205, NAICS 541330 [Exception 1] CLIN 40206, NAICS 541330 [Exception 2] CLIN 40207, NAICS 541330 [Exception 3] CLIN 40208, NAICS 541360 CLIN 40210, NAICS 611512 CLIN 40216)
- Intelligence Services (NAICS 541330 CLIN 40401, NAICS 541330 Exception 1 CLIN 40402, NAICS 541330 [Exception 2] CLIN 40403, NAICS 541330 [Exception 3] CLIN 40404, NAICS 541715 CLIN 40409, NAICS 541715 [Exception 1] CLIN 40410, NAICS 541715 [Exception 2] CLIN 40411, NAICS 541715 [Exception 3] CLIN 40412, NAICS 541720 CLIN 40413)
- Facilities (NAICS 488190 CLIN 40708, NAICS 541330 CLIN 40714, NAICS 561210 CLIN 40720, NAICS 562111 CLIN 40726, NAICS 562112 CLIN 40727, NAICS 562211 CLIN 40728)
Contractor Capabilities for OASIS+ WOSB
SABG was also awarded an IDIQ contract in the WOSB category. The NAICS and CLINS under which SABG qualifies include:
- Management and Advisory (NAICS 54162 CLIN 50102)
- Technical and Engineering (NAICS 336611 CLIN 50201, NAICS 488190 CLIN 50202, NAICS 541330 CLIN 50205, NAICS 541330 [Exception 1] CLIN 50206, NAICS 541330 [Exception 2] CLIN 50207, NAICS 541330 [Exception 3] CLIN 50208, NAICS 541360 CLIN 50210, NAICS 611512 CLIN 50216)
- Intelligence Services (NAICS 541330 CLIN 50401, NAICS 541330 Exception 1 CLIN 50402, NAICS 541330 [Exception 2] CLIN 50403, NAICS 541330 [Exception 3] CLIN 50404, NAICS 541715 CLIN 50409, NAICS 541715 [Exception 1] CLIN 50410, NAICS 541715 [Exception 2] CLIN 50411, NAICS 541715 [Exception 3] CLIN 50412, NAICS 541720 CLIN 50413)
- Facilities (NAICS 488190 CLIN 50708, NAICS 541330 CLIN 50714, NAICS 561210 CLIN 50720, NAICS 562111 CLIN 50726, NAICS 562112 CLIN 50727, NAICS 562211 CLIN 50728)
SABG Points of Contact
Mr. Thomas Row
P: 703-286-5020 | F: 703-717-5024
Contracts@sabg.com
Companies interested in partnering with SABG on an OASIS+ opportunity may reach out to our Business Development team at bd@sabg.com.
Additional Resources
OASIS+ WOSB Contract Number: 47QRCA24DV128
Period of Performance: 09/30/2024 – 09/29/2029 (plus five-year option)
SAM Unique Entity ID: CYTTJMLP4535
CAGE Code: 390M4