MAS Solicitation Refresh #30 On Its Way, FAR Part 19 Overhaul, MPT and SAT Raised, Opportunities for Veteran Businesses
View in browser

-NOVEMBER 2025 -

Winvale logo CMYK notag h
Contact Us
November 2025 newsletter

MAS Solicitation Refresh #30 Is On Its Way

GSA is planning to release Multiple Award Schedule (MAS) Solicitation Refresh #30 sometime in November. This Refresh was mostly created to implement changes in the Revolutionary Federal Acquisition Regulation (FAR) Overhaul, or RFO. Once the Refresh is released, contractors will have the usual 90 days to accept the Mass Modification. Here's a brief overview of the main changes in Refresh #30:

  • GSA lists several clauses to be added, removed, or replaced in the Solicitation to align with RFO updates. (Full list of clauses can be found here). 
  • FSS Ordering Procedures have been revised and moved from FAR 8.4 to GSAM Subpart 538.71—Federal Supply Schedule Ordering Procedures. 
  • GSA removed the 33% cap on Order-Level Materials (OLMs), listed in RFO 538.7104-2 Order-level materials. The OLM Special Item Number (SIN) description was revised to add this new link.

More information about MAS Solicitation Refresh #30 can be found in our blog. 

IN CASE YOU MISSED IT

Here's a Recap of Last Month's Blogs and Webinars

  • How to Implement the New Economic Price Adjustment (EPA) Clause

  • Top Cybersecurity Requirements for Government Contractors

  • Contracting Regulations and Policies that Haven’t Changed During the Trump Administration

  • What is the Simplified Acquisition Threshold (SAT)?

  • How to Avoid SAM.gov Registration Scams

Copy of Selling to the Government – Proposal & GovOpp Best Practices (3)-1

Couldn't make it to our last webinar? Watch it here on demand. This webinar will help your firm answer important questions about GSA’s newly required sales reporting program, Transactional Data Reporting (TDR). 

Red White and Blue Patriotic Memorial Day Instagram Post

Thank You to Our Veterans 

In honor of Veteran's Day (November 11, 2025), we want to extend our gratitude for the veterans in our community. We are grateful every day for your bravery and the sacrifices you made for our country. Thank you for your service.

CRITICAL INFORMATION

FAR Part 19 Overhaul 

As a part of the ongoing Revolutionary FAR Overhaul (RFO) initiative, the Federal Acquisition Regulation (FAR) Council recently released new model deviation text for FAR Part 19, which governs small business programs. The new model deviation is still an interim draft, meaning it’s up to individual agencies to decide whether or not to adopt it for now.

 

To make it easier to navigate, the new model deviation has a reorganized structure which groups requirements by acquisition stage instead of program type. It also includes several changes designed to reduce administrative burden and increase small business opportunities. The requirement to for small businesses to re-represent their size status at the task order level has been removed, small businesses will compete on task orders using their size assigned when the contract was awarded. The “Rule of Two” has also been expanded to apply to all small businesses, instead of being limited to socio-economic programs. Additionally, the model deviation includes revisions to the 8(a) Business Development Program. Acquisitions below the Simplified Acquisition Threshold (SAT) must be conducted as a competitive 8(a) order using government-wide contracts before turning to 8(a) sole source awards. More information can be found in our blog here. 

Simplified Acquisition Threshold (SAT) and Micro-Purchase Threshold (MPT) Raised

Federal agencies rely on the Simplified Acquisition Threshold (SAT) and Micro-Purchase Threshold (MPT) to determine purchasing procedures for products and services below or above certain dollar values. The FAR Council released a final rule increasing the SAT from $250,000 to $350,000 and the MPT from $10,000 to $15,000. These adjustments are due to inflation and became effective on October 1, 2025.

 

For purchases at or below the SAT in general, Contracting Officers can use simplified acquisition procedures to procure products or services; these procedures reduce administrative costs and procurement timelines. For purchases at or below the MPT ($15,000), the Government Purchase Card is the preferred method for buying items. For acquisitions above the MPT ($15,000) but at or below the SAT ($350,000), agencies should set aside the opportunity for small businesses to comply with Federal Acquisition Regulation (FAR) Part 13 (or FAR Part 12 under the Revolutionary FAR Overhaul). For purchases above the SAT ($350,000), agencies are required to release a Request for Proposal (RFP) and receive formal responses from contractors prior to making an award. Review our recent blog for more information on the SAT and MPT.

QUICK TIP

Opportunities for Veteran-Owned Businesses 

Two important set-aside programs we want to highlight in honor of Veteran’s Day are Veteran-Owned Small Businesses (VOSBs) and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). VOSBs can pursue sole source and set-aside contracts at the Department of Veterans Affairs (VA) under the VA’s Vets First Program. SDVOSBs can compete for federal sole-source and set-aside contracts across the federal government. As a small business, you can compete for general small business set-asides as well. We also suggest you look into some current and upcoming contract vehicles with small business opportunities such as VETS 2, Alliant 3, OASIS+, and Ascend. To learn more about the requirements for these programs and how to certify, check out our blog.

EMERGING BUSINESS OPPORTUNITIES

  • Installation Fiber Optics Networking Support Services

    • The Naval Air Warfare Center Weapons Division (NAWCWD) and Naval Air Systems (NAVAIR) has issued a presolicitation under NAICS Code 541512 (Computer Systems Design Services) to identify parties interested in providing installation of Fiber Optics Networking Support Services. Qualified parties should have expertise in network designs, fiber builds, infrastructure mapping, and networking solutions. Qualified parties will also provide both trained and certified fiber optic networking support contractors to the NAWCWD community. All fiber optic network support services should not currently be provided by or be outside of the framework of the Naval Enterprise Network (NEN) which encompasses the Navy Marine Corps Intranet (NMCI), Next Generation Enterprise Network (NGEN), and Block II (BLII)/ONE-NET. Interested parties should register in the Procurement Integrated Enterprise Environment (PIEE) website. Responses are due by December 12, 2025. More information is available under Notice ID: N6893625R0026.

  • Highlands Water and Wastewater Grand Teton National Park (GRTE)

    • The National Park Service (NPS), Contracting Operations Central (ConOps Central) Northern Rockies Major Acquisition Buying Office (MABO) Contracting Office has released a Sources Sought notice under NAICS code 237110 (Water and Sewer Line and Related Structures Construction) to identify potential vendors capable of supporting the requirement for construction of the Highlands Water and Wastewater in Grand Teton National Park (GRTE). Qualified vendors will offer expertise in wastewater system replacement, including a new lift station, septic tank, leach field, and collection piping. Construction is scheduled for fall 2026 and expected to last 2-3 months. Interested vendors should submit a capabilities sheet demonstrating their ability to meet these requirements. Responses are due by December 1, 2025. More information is available under Notice ID: DOIPFBO250028.

FREQUENTLY ASKED QUESTIONS

The MAS Program has a significant learning curve, and even those familiar with government contracting may find themselves falling for one of the many misconceptions the program has. Here’s a few of the most common:

Q: Does obtaining a GSA Schedule contract guarantee revenue or sales?

  • A: No. A GSA Schedule contract can be misleading in the “contract” part of its name. It is not a contract in the traditional sense, i.e. a document that defines how goods and services will be exchanged for money. Rather, a Schedule contract is an award to have your pre-vetted goods and services listed on the Multiple Award Schedule Program. While a MAS contract enters vendors into a market that has exclusive bid options with limited competition, it does not guarantee any funded awards.

Q: Do I need federal experience to Get a GSA Schedule?

  • A: No, offerors do not need prior experience working with the federal government before they can apply for a Schedule contract. It’s a plus, but far from required. Applicants can use experience from the commercial sector, state or local government, or educational institutions, just to name a few valid options.

Q: Is there a limit to the sales volume that I can do with my Schedule contract?

  • A: No. Schedule contracts are considered Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, meaning there is no limit to the amount of sales that can pass through it during its lifetime. Schedule holders may get tripped up by the “maximum order limit” assigned to Special Item Numbers (SINs), but this amount just signifies the monetary threshold at which the terms and conditions of the Schedule contract become fungible. In other words, ordering activities must ask for additional discounts when an order placed against the Schedule contract exceeds the maximum order limit.

Need to Talk?

Contact Us

CONNECT WITH US

X
LinkedIn
YouTube

               Richmond, VA

Winvale, 3951 Westerre Parkway, Suite 250, Richmond, VA 23233, United States, (202) 296-5505

Manage preferences