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.
The GSA Multiple Award Schedule (MAS) is organized by 12 Large Categories, 83 Subcategories, and over 300 North American Industry Classification System (NAICS)-based Special Item Numbers (SINs).
The MAS solicitation outlines requirements for all offerors, including certain templates and attachments that must be submitted with your offer.
For more information on the applicability of each template or attachment, please refer to SCP-FSS-001, Instructions to Offerors, under Section I of the MAS solicitation and each applicable "Large Category Attachment" related to your offerings.
1) Price Proposal Template
The price proposal template is a mandatory offer document divided into relevant categories offerings. You only need to complete the price proposal template or templates relevant to your company's offerings.
Professional Services SINs 541930 and 611630
The following SIN specific price proposal template is required. For all other Professional Services SINs, use the Services and Training template above.
Travel
The following are SIN specific price proposal templates under the Large Category of Travel. For all other SINs under this Category use the Services and Training template above.
Transportation and Logistics Services
The following are SIN specific price proposal templates under the Large Category of Transportation and Logistics Services. For all other SINs under this Category use the Services and Training template above.
3) Past Performance Questionnaire [PDF - 138 KB] (PPQ) - To be completed by customer references when utilizing relevant customer references to demonstrate past performance. (see SCP-FSS-001 paragraph (j)(2)(ii)(C).
Note: A customer reference may use a format of their own choosing, but must address all of the evaluation areas outlined in the Past Performance Questionnaire. Completed questionnaires must be uploaded with your offer in the eOffer system.
Note: If a customer reference will only provide a completed PPQ directly to a Multiple Award Schedule (MAS) Procurement Contracting Officer (PCO), offerors can upload a letter in place of a completed questionnaire which states they have requested a PPQ from a customer who will only forward a completed PPQ directly to the MAS PCO.
4) Letter of Supply [DOCX - 28 KB] (March 2022) - Template will be shared with your supplier, signed by your supplier, and submitted by you.
If you offer commercial off-the-shelf (COTS) products and your proposed products come from a manufacturer who provides supplier authorization data in the Verified Products Portal, then a Letter of Supply is not required. To determine if your products come from a manufacturer participating in the VPP, please visit the Verified Products Portal Participation Dashboard.
5) Request to Hold Continuous Contracts [DOCX - 19 KB](March 2022) - Applies only to existing MAS contractors who are seeking a follow-on MAS contract or submitting a MAS Consolidation Phase 3 'Add SIN' modification.
SCLS/SCA Wage Determinations - Applicable to any offer for services. These wage determinations are incorporated by reference into your Schedule contract. They are updated once a year. Below are the wage determinations incorporated into Schedule contracts via MAS Refresh/Mass Modification #10, March 2022:
Learn more about Order Level Materials (OLM) and whether you should add the OLM Special Item Number (SIN) here.
Learn more about Transactional Data Reporting (TDR) and whether you should opt-in to TDR, if eligible, here.
A choice for vendors to report transactional data — information generated when the government purchases goods or services from a vendor — to GSA to help make federal government buying more effective.
Category Specific Attachments and Templates
Some large categories, subcategories, or SINs have unique requirements, clauses, or additional templates and attachments that also may be required as part of your offer.
Depending on the products or services your company would like to offer on Schedule, additional certifications, requirements or attachments may be required as part of your offer submission. Large categories, subcategories, and SINs that require submission of additional attachments with your offer are noted in the solicitation.The solicitation and category attachments are available at SAM.gov and provided below:
Structures Subcategory
SIN 238160 - Roofing Products and Services Solutions
If offering buildings under this SIN utilizing computerized pricing as the proposed basis of award, you will be required to provide pricing for the four sample buildings outlined in this document. Pricing for sample buildings must be added to GSA Advantage! text files (via the Schedules Input Program "SIP") and shall be titled as "Building Sample 1", "Building Sample 2", "Building Sample 3", and "Building Sample 4"; and included as part of your offer submission
Facilities Maintenance and Repair Subcategory
SIN 561210FAC - Complete Facilities Maintenance and Management
A Schedule Level Contractor Teaming Arrangement(s) (CTA) is required for any SIN under the Packaged Furniture Subcategory. An Example Packaged Furniture Contractor Teaming Arrangement is available below for reference. The Packaged Furniture CTA is not intended to be project specific. Rather, it establishes the relationship between Team Lead and Team Member(s) for the purposes of supporting the Packaged Furniture Subcategory. Offerors must provide CTAs at the time of offer proposal, each contract extension (option renewal period), and each contract modification request to add new Teaming Partners.
This certification applies to the following subcategories:
Healthcare Furniture,
Household Dormitory and Quarters,
Miscellaneous Furniture, and
Office Furniture. Test and Technical Requirements Certification for Furniture [DOCX - 15 KB] - This document certifies that proposed products have been tested and passed the applicable test requirements as identified in the solicitation. Offerors must provide this certification at the time of offer proposal, each contract extension (option renewal period), and each contract modification request to add new products.
Flooring Subcategory
Test and Technical Requirements Certification for Carpet and Floor Coverings [DOCX - 22 KB] - This document certifies that proposed products have been tested and passed the applicable test requirements as identified in the solicitation. Offerors must provide this certification at the time of offer proposal, each contract extension (option renewal period), and each contract modification request to add new products.
No attachments or templates listed.
Hardware and Tools Subcategory:
SIN 523210 - Rental and Leasing of Hardware Store Products
SIN 518210FM Solution/Service Definition Template [XLSX - 4 MB] - this required document shall be completed for offers, add SIN and add product modifications for SIN 518210FM. All SIN subgroups will be subject to acceptable/unacceptable technical evaluation that will be performed by the FM QSMO Project Management Office (PMO).
SIN 518210FM Core FS Pre-Built BIE Response Template [XLSX - 241 KB] - this document is only required for Core Financial Management Solutions (Core FS) subgroup and shall be completed for offers, add SIN and add product modifications for SIN 518210FM with Core FS subgroup. All SIN subgroups will be subject to acceptable/unacceptable technical evaluation that will be performed by the FM QSMO Project Management Office (PMO).
SIN 518210FM Core FS OCD Execution Plan [XLSX - 174 KB] - this document only applies to Core Financial Management Solutions (Core FS) subgroup. It includes the business use case steps and sample data sets that Core FS vendors will need prior to conducting the demonstration(s).
Records Management Subcategory
SIN 518210ERM - Electronics Records Management Solutions
This document outlines 11 specific elements of ERM Services and the corresponding requirements established and administered by the National Archives & Records Administration (NARA)
Vendors proposing services under SIN 518210ERM must complete this certification to identify which of the 11 elements they provide and certify that they are capable of meeting all standards associated with the identified elements
Identity Protection Services (IPS) additional proposal instructions include 4 supplemental documents required for SIN 541990IPS only. Please review and/or complete all documents prior to submission of a proposal for SIN 541990IPS
Offerors proposing products or service under the below SINs have specific performance and reporting requirements that must be met. Please review and submit any required information in a separate technical proposal attachment in eOffer. In addition, some of the SINs have additional pricing requirements. Please review and ensure that they are addressed in the corresponding price proposal template listed above.
Offerors proposing products or service under the below SINs have specific performance and reporting requirements that must be met. Please review and submit any required information in a separate technical proposal attachment. In addition, some of the SINs have additional pricing requirements. Please review and ensure that they are addressed in the corresponding price proposal template listed above.
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.