Skip to main content

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.

How OASIS+ compares to legacy OASIS

The OASIS+ contracts build on the success of the OASIS and OASIS Small Business (OASIS SB) contracts, offering federal agencies access to highly qualified contractors for their comprehensive and complex non-IT services solutions worldwide.

To learn more about the legacy OASIS contract, visit the OASIS and OASIS SB page.

Similarities between OASIS+ and legacy OASIS:

  • OASIS+ is on track to be designated as a Best-in-Class (BIC) contract and will help agencies meet their spend under management goals.
  • Provide a single solution for complex requirements.
  • Support multiple technical disciplines and mission spaces.
  • Support commercial and non-commercial acquisition.
  • Support all contract types, including hybrids and cost-reimbursement, at the task order level.
  • Allow ancillary support components, commonly referred to as other direct costs (ODCs) at the task order level.
  • Allow performance in CONUS and/or OCONUS locations.
  • Use FAR 15, Contracting by Negotiation for solicitation procedures at Master Contract Level.

Differences between OASIS+ and legacy OASIS

Topic Legacy OASIS OASIS+
Scope
  • Scope is professional services.
  • Organized by size standard into pools of unrelated NAICS codes.
  • Scope is professional and other Service Contract Labor Standards (SCLS) covered services.
  • Organized by related services into domains of individual NAICS codes.
Solicitation closing strategy and proposal submission cadence As-needed on-ramping (no further on-ramps due to contract closeout). Solicitations will re-open in FY25 and will be continuously open to receive offers.
Evaluation methodology Legacy OASIS accepts:
  • Highest Technically Rated offerors with a Fair and Reasonable Price (HTRFRP).
  • Offerors with the highest scores.
OASIS+ will accept:
  • All Qualified Offerors, with a Fair and Reasonable Price.
  • All qualified offerors with a fair and reasonable price who meet the qualifying threshold of project and corporate-level criteria.
North American Industry Classification System (NAICS) code assignment at the master contract level
  • One NAICS assigned per pool.
  • One primary NAICS code is assigned per contractor’s contract.
  • Multiple Contract Line Items (CLINs) and corresponding NAICS codes within each Domain (CLINs/NAICS are the fair opportunity pools).
  • NAICS and CLINs are assigned per awarded domains by contract.
  • For Small Business IDIQs, offerors are only awarded CLINs where they represent as a Small Business concern for the size standard corresponding with each CLIN associated NAICS code.
Period of performance (POP) base and option
  • Five year base with one five-year option.
  • Five year base with one five-year option.
  • Task order PoP can extend up to one five-year and six months beyond the ordering period of the master contract.
End dates
  • Unrestricted: March 31, 2025.
  • SB and 8(a): Dec. 19, 2024.
  • TBD.
Small business rerepresentation requirements at the Master Contract Level Required 120 days prior to the exercising of the option. Required 120 days prior to five-year anniversary of the individual contract.
Dormant status Terms and conditions are in the contracts. Dormant status and a cancellation clause are part of the contract terms and conditions.
Contract structure 19 total IDIQ contracts:
  • 7 Small Business.
  • 5 8(a).
  • 7 Unrestricted.
Six IDIQ Contracts:
  • Unrestricted contract.
  • Small Business (SB) contract.
  • SBA-Certified 8(a) contract.
  • SBA-Certified HUBZone contract.
  • SBA-Certified Service-Disabled Veteran-owned contract.
  • SBA-Certified Women-owned contract.
Ordering tools Uses multiple programs. Uses one tool, GSA eBuy.
Last updated: September 16, 2024