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.

OASIS+ buyers’ ordering guide (printable)

Table of Contents

  • About OASIS+
    • Government roles and responsibilities
    • Contract families
    • Domains, scope and labor categories
    • NAICS codes by domain
    • How OASIS+ compares to legacy OASIS
  • Research the OASIS+ contract features
    • Labor
    • Task orders
    • Small business
    • Pricing and wage rates
    • Prohibitions
  • Request a scope review
  • Complete market research
  • Obtain a Delegation of Procurement Authority
  • Register in Symphony
  • Develop and issue task order solicitation
  • Award the task order
  • Manage the task order

About OASIS+

One Acquisition Solution for Integrated Services Plus (OASIS+) is a suite of governmentwide, multi-award contracts designed to support federal agencies’ procurement requirements for services-based solutions.

A streamlined program with expanded offerings

This suite of contracts combines the scope of legacy OASIS – Building Maintenance & Operations and Human Capital & Training Solutions – under one program, along with new areas of service that were previously not in scope. It expands the range of service offerings for buyers and gives sellers a greater variety of areas they can compete for.

GSA is responsible for the award, administration, and management of the OASIS+ IDIQ contracts; there will always be a Requiring Activity (agency requesting services) and an Ordering Contracting Officer (OCO) (person who performs the acquisition). OASIS+ will enable federal customers to acquire innovative solutions from highly qualified businesses on a contract vehicle designed to be Best-in-Class (BIC): a governmentwide designation that satisfies key criteria defined by the Office of Management and Budget which allows sellers to offer an expanded variety of services.

Symphony provides an enhanced procurement tool

The OASIS+ Symphony Procurement Suite, also referred to as OASIS+ Submission Portal (OSP), is used for proposal submissions and evaluations, issuing task level solicitations, and managing task orders.

Federal buyers can:

  • Review vendor information and capabilities
  • Create RFIs, RFPs and amendments
  • Conduct Q&As, amendments, and monitor responses
  • Receive offer proposals
  • Announce award decisions
  • Manage task orders from solicitation to task order award

Sellers can:

  • View and respond to RFIs/RFPs and amendments
  • Submit Q&A
  • Submit proposals
  • Receive automated notifications

Training is available to help you register, navigate, and use the tool:

Built for the future

OASIS+ represents a bold step by GSA to innovate on the successes and opportunities gleaned from the OASIS program over the years; drawing on these learnings, we are building a more robust suite of Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for the next generation of professional services solutions, that will be flexible enough to meet federal customers’ increasingly complex requirements.

OASIS+ will:

  • Fulfill federal agencies’ non-IT services requirements through highly qualified contractors and a simpler buying experience: all task order management now happens through a single platform, Symphony.
  • Expand access to Best-in-Class non-IT service contracts for highly qualified contractors by providing increased small business opportunities and an improved selling experience.
  • Encourage competition among services contractors to provide best value mission outcomes.
  • Maximize small business participation by removing barriers to entry and helping customer agencies acquire the best professional services solutions to meet their requirements.

Key features

  • 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 + one 5 year option period)
  • Open on-ramping after initial awards
  • Price evaluation at the contract level
  • Task order management through a single platform, Symphony

Government roles and responsibilities

GSA is responsible for the award, administration, and management of the OASIS+ IDIQ contracts. A government agency is responsible for requesting services and may be responsible for fulfilling the need. Key roles in this process include:

  • Requiring Activity: The agency requesting services. When government agencies contract with each other, it’s an Interagency Agreement.
  • Servicing Agency: The agency fulfilling the need.
  • Ordering Contracting Officer, or OCO: The person who performs the acquisition. Sellers will primarily engage with the OCO as they complete their work.

GSA responsibilities

GSA’s responsibilities include:

  • Monitoring and evaluating each contract holder’s performance against the IDIQ contract requirements
  • Holding exclusive, non-delegable rights to modify master contract Terms and Conditions
  • Providing advice and guidance to Ordering/Requiring Activities, OCOs, and contractors regarding all OASIS+ contract terms and conditions and other procurement-related matters
  • Conducting Program Management Reviews, or PMRs, and meetings with OASIS+ prime contractors as scheduled and/or necessary

Requiring Activity responsibilities

For OASIS+ task orders, the Requiring Activity is responsible for:

  • Defining the task order requirements
  • Preparing the Statement of Work/Performance Work Statement/Statement of Objectives for task order Request for Proposals (RFPs)
  • Funding the requirements
  • Assisting the OCO with quote/proposal evaluation
  • Assisting the OCO with performance monitoring and appraisal
  • Ensuring regulatory and performance compliance at the task order level
  • Assisting the OCO with closing out the task orders

OCO responsibilities

For OASIS+ task orders, the OCO is responsible for:

  • Ensuring the DPA certificate is included in the official task order contract file
  • Requesting and receiving a DPA prior to soliciting and awarding a task order
  • Issuing Requests For Information, also known as RFIs, and task order RFPs through Symphony and reporting task order awards in Symphony
  • Adhering to the additional responsibilities defined in the OASIS+ DPA
  • Complying with the scope, terms and conditions of the IDIQ Contract, ordering procedures outlined in the Buyers’ Ordering Guide, FAR 16.505, and other regulatory supplements
  • Complying with the FAR or authorized agency supplements, statutes, policies, or exceptions thereof
  • Ensuring task orders are compliant with all existing, updated, and new statutes, regulations, and any other legal requirements in the event of an OASIS+ IDIQ Contract cancellation
  • Identifying the proper NAICS code and corresponding OASIS+ Domain and Contract Line Item Number, or CLIN, commercial or non-commercial items, contract type(s), terms and conditions, and clauses and provisions applicable to the task order solicitation and award
  • Determining if a contractor’s accounting system is adequate before making an award of a cost-reimbursement task order
  • Determining the applicability of Cost Accounting Standards, or CAS, to any given task order and ensuring the contractor has made the required CAS-related task order solicitation certifications
  • Determining if pricing is fair and reasonable at the task order level
  • Administering task orders issued under OASIS+ from beginning to end:
    • Administration of task order award data in Federal Procurement Data System upon task order award, if applicable
    • Inclusion and administration of the Contract Access Fee (CAF), CLIN for the base and each option period of the task order and sufficiently funding the CAF for the life of the task order
    • Monitoring limitations on subcontracting for each task order in accordance with 13 CFR 125.6(d): “…for a multi-agency set aside contract where more than one agency can issue orders under the contract, the ordering agency must use the period of performance for each order to determine compliance.”
    • Administration of task order performance evaluation in Contractor Performance Assessment Reporting System, if applicable (OCOs review how sellers are performing on contracts and evaluate task orders accordingly.)
    • Resolving any performance issues, disputes, claims, or protests at the task order level
    • Closing out task orders in a timely manner
  • Allowing a reasonable amount of time for fair opportunity proposal submission
  • Responding to all Freedom of Information Act, Congressional, Inspector General, Small Business Administration, and/or the Government Accountability Office requests for task order information

Contract families

OASIS+ has six separate “families” of multi-agency contract vehicles, collectively referred to as OASIS+. The contracts and their requirements are as follows:

  1. Total Small Business (SB) icon

    Total Small Business (SB)

    All small businesses, including those designated by socioeconomic groups

    Learn more about the Total Small Business (SB) program

  2. 8(a) certified icon

    SBA-Certified 8(a) Small Business (8a)

    SBA Offer & Approval only required for sole-source, direct award task orders

    Learn more about the 8(a) Business Development program

  3. HUB zone cerfified icon

    SBA-Certified HUBZone Small Business (HZ)

    • Only certain businesses that are historically underutilized
    • Certified by SBA

    Learn more about the HUBZone program

  4. Service-owned veteran-owned certified icon

    SBA-Certified Service-Disabled Veteran-Owned Small Business (SDVOSB)

    • At least 51% owned and operated by veterans
    • SBA-certified at time of award

    Learn more about the service-disabled veteran-owned program

  5. SBA Woman-owned small business certified icon

    SBA-Certified Women-Owned Small Business (WOSB)

    • At least 51% owned and operated by women
    • SBA-certified at time of award

    Learn more about the Women-Owned Small Business program

  6. Unrestricted icon

    Unrestricted (U)

    • Full and open; no restrictions

Contract awards

The OASIS+ UR contracts were awarded as full and open competition. The OASIS+ SB contracts were awarded as 100% small business set-asides. The OASIS+ 8(a) program was awarded as a 100% set aside for exclusive competition among 8(a) participants, which was offered to and accepted by Small Business Administration (SBA) under SBA requirement number IX1685025756D.

Domains, scope and labor categories

The contract scope is organized by domains and North American Industry Classification System or NAICS codes.

Domains:

The contract scope is organized by domains or functional groupings of related services spanning multiple NAICs codes. Domains and the NAICS codes listed under the domains are designed to align order requirements to qualified industry partners. Each domain is limited to the NAICS codes and associated size standards specifically listed under that domain; if you’re buying or selling work related to this domain, it must tie back to the appropriate NAICS codes.

NAICS codes:

The North American Industry Classification System (NAICS) is the standard used by federal statistical agencies in classifying entity establishments for the purpose of collecting, analyzing, and publishing statistical data related to the U.S. business economy.

Learn more about NAICS codes

Scope

The OASIS+ contracts cover services that are: primarily noncommercial, with the allowance for commercial services task orders classified and unclassified; and within the Continental US (CONUS) and Outside the Continental US (OCONUS). All OASIS+ task orders must be within scope of the respective OASIS+ IDIQ contract for which it is awarded, provided the Ordering Contracting Officer (OCO) determines the principal purpose NAICS code for the order to be one of the OASIS+ NAICS codes. If the OCO determines its requirement has a NAICS code outside one of the OASIS+ NAICS codes, the requirement is not within scope of OASIS+.

Domains

Icons of people under an ascending arrow Management and Advisory

This domain includes a full range of management and consulting services that can improve a federal agency’s performance, aid its endeavors to meet mission goals, and provide operating advice and assistance on administrative and management issues.

View NAICS codes for the M&A domain

Three gears Technical and Engineering (T&E)

This domain includes requirements to provide specific engineering, geoscience, or other technical professional skills, such as those performed by engineers, geologists, geophysicists, and technicians, required to handle specific operating conditions and problems for the benefit of the government. Work under this Domain typically involves the application of physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, processes, and systems; and providing expert advice and assistance on technical functions and issues.

View NAICS codes for the T&E domain

Microscope Research and Development (R&D)

This domain includes any requirements in support of Research and Development activities. R&D activities may be aimed at achieving either specific or general objectives. The term R&D includes basic research, applied research and experimental development. Services include conducting R&D in: the physical, engineering and life sciences; nanotechnology; biotechnology; and social sciences and humanities.

View NAICS codes for the R&D domain

A brain with nodes and connections Intelligence Services (INTEL)

This domain focuses on Command, Control, Communications, Intelligence, Surveillance, and Reconnaissance mission requirements. Organizational and technological capabilities improve situational awareness and enhance command and control strategies within defense and intelligence environments.

View NAICS codes for the INTEL domain

Half an earth with a seedling growing out of it Environmental (ENV)

This domain supports agencies in meeting their environmental requirements and streamlining the contracting process by providing a faster, more cost-efficient means to meet environmental objectives. Requirements typically involve multidisciplinary teams of scientists, engineers, and other technicians with expertise in areas such as air and water quality, climate change, asbestos contamination, remediation, ecological restoration, and environmental law. Environmental consulting could consist of support such as Planning and Documentation Services for the development, facilitation, and coordination of or for environmental initiatives or mandates in areas of chemical, radiological, or hazardous materials.

View NAICS codes for the ENV domain

A wrench and screwdriver Facilities (FAC)

Services in this domain include any and all services required to maintain and operate buildings, paved services, utilities infrastructure, and real property assets and equipment. This could include major facilities support such as Department of Defense installations, hospitals, cemeteries, and other federal or industrial real property, but does not include major or primary purpose construction. GSA has included a wide range of services found in facilities contracts because of their historical use to support total facilities solutions.

View NAICS codes for the FAC domain

Two hands holding up a cube Logistics (LOG)

Services on this domain include comprehensive logistics solutions, including planning and designing, implementing, or operating systems or facilities for the movement of supplies, equipment, or people by road, air, water, rail, or pipeline.

View NAICS codes for the LOG domain

A building with a group of people in front Enterprise Solutions

This domain is focused on requirements that are large-dollar, wide-reaching, and highly complex in scope, often spanning multiple disciplines and/or locations, and requiring many different types of labor and expertise. It is for the procurement of highly technical, new and emerging and/or specialized mission objectives that require special management attention, and oversight because of:

  • the importance to the agency mission;
  • the high-level development, operating, or maintenance costs;
  • the high risk;
  • the high return; or
  • their significant role in the administration of agency-wide programs, systems, finances, property, or other resources.

This domain also includes non-IT services in support of national security systems in accordance with 40 USC § 11103(a). By design, this domain shares overlapping NAICS with other domains within OASIS+.

The enterprise solutions domain will only be available for the Unrestricted contract family.

Scope for Information Technology & Non-Information Technology

What’s in scope / out of scope

Information Technology (IT), by definition, means any equipment, or interconnected system(s) or subsystem(s) of equipment that is used for the automatic acquisition, storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the agency. For purposes of this definition, if the equipment is used by the agency directly or is used by a contractor under a contract with the agency that requires its use, or to a significant extent, its use in the performance of a service or the furnishing of a product.

IT is considered an ancillary support service or product on the Domains, and may be performed only when the service or product is integral and necessary to complete a total integrated solution. “Non-IT” includes any service or equipment that is acquired by a Contractor incidental to a contract or contains embedded IT that is used as an integral part of the service or product, but the principal function of which is not the acquisition, storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information. (For example, heating, ventilation, and air conditioning equipment, such as thermostats or temperature control devices, and medical equipment where IT is integral to its operation, is non-IT).

Non-IT also includes any equipment or services related to a National Security System in accordance with 40 USC § 11103 (a). The term “National Security System” means a telecommunications or information system operated by the Federal Government, the function, operation, or use of which involves intelligence activities, cryptologic activities related to national security, command and control of military forces, equipment that is an integral part of a weapon or weapons system; or, is critical to the direct fulfillment of military or intelligence missions, not including a system to be used for routine administrative and business applications (including payroll, finance, logistics, and personnel management applications).

Non-IT may include embedded IT components including software, IT hardware, and other items and services traditionally considered IT on IT requirements.

Non-IT professional services are not considered ancillary support services. Non-IT professional services are considered to be within the primary scope of the Domains.

Labor categories

OASIS+ labor categories align to the Office of Management and Budget’s Standard Occupational Classification Manual 2018, which includes compensation data maintained by the Department of Labor, Bureau of Labor Statistics. Federal agencies use the Standard Occupational Classification system, a federal statistical standard, to classify workers into occupational categories for the purpose of collecting, calculating, or disseminating data.

NAICS codes by domain

The contract scope of OASIS+ is organized by domains, functional grouping of related services. Each domain contains multiple North American Industry Classification System (NAICS) codes. We will release domains in phases: there are eight domains that comprise the scope of the initial Phase I. We have included a list of NAICS codes for Phase I domains below, and will continue to build on this list when we release Phase II.

Determining the appropriate primary NAICS code

OASIS+ domains contain multiple NAICS codes. FAR 19.102 requires the OCO to determine the appropriate NAICS code and related small business size standard and include them in all solicitations above the micro-purchase threshold. FAR 19.102(b)(1) requires that the NAICS code assigned describe the principal nature of the service being acquired.

The primary NAICS code for all OASIS+ UR contracts will be selected and assigned based on the smallest size standard within its awarded Domains. When the OASIS+ CO assigns a primary NAICS Code, receipts-based size standards take precedence over NAICS codes based on employees. This primary NAICS code will be reflected in each awarded contract and associated FPDS record. However, assignment of a primary NAICS code does not limit contractors’ eligibility to respond to task order solicitations or perform work outside of the NAICS assigned as their primary NAICS on their contract. Contractors will be eligible to compete within all awarded Domain CLINs (NAICS codes), which represent the contractor’s specific fair opportunity pools.

The primary NAICS code for all OASIS+ SB contracts will be selected and assigned based on the largest size standard within its awarded Domains. When the OASIS+ CO assigns a primary NAICS code, employee-based size standards take precedence over NAICS codes based on annual receipts. This is critical to ensure contractors are not locked out of Domain fair opportunity during re-representation in accordance with Section G.3.1.7.2, as long as they are otherwise eligible based on their size standard at time of re-representation.

Understanding primary-level NAICS codes vs task order-level NAICS codes

For administrative purposes only, the six OASIS+ solicitations are assigned a single NAICS code (541990) which represents the preponderance scope of the OASIS+ Contract Program as a whole. This is not the NAICS that will be reported at the task order level.

FPDS is currently designed to accept only one NAICS code to be associated with a procurement action. This is simply a limitation of the FPDS system and has no bearing on individual task order NAICS code assignments. The OASIS+ process of NAICS code assignment at the individual master contract level is for administrative purposes, and will ensure proper socioeconomic and size status reporting at the task order level. Due to a limitation with the FPDS, only a single NAICS code may be assigned to a contract and subsequently reported with each contract action (i.e., task order); therefore, each contractor will be assigned a single primary NAICS code to its master contract based on its awarded Domains. This primary NAICS code will be reflected in each awarded contract and associated FPDS record. However, assignment of a primary NAICS code does not limit contractors’ eligibility to respond to task order solicitations or perform work outside of the NAICS assigned as their primary NAICS on their contract. contractors will be eligible to compete within all awarded Domain CLINs (NAICS codes), which represent the contractor’s specific fair opportunity pools. Fair opportunity will be managed in the OSP, which will be the mandatory, sole system for OCOs to issue task order solicitations. The contractor will only be included in and allowed to compete under the NAICS codes where they are represented (and subsequently re-represent) as a small business concern for the corresponding size standard, and are otherwise eligible under the socioeconomic contract.

Management & Advisory (M&A)

This domain includes a full range of management and consulting services that can improve a Federal agency’s performance, its endeavors to meet mission goals, and provide operating advice and assistance on administrative and management issues. Management and Advisory Domain scope areas include, but are not limited to:

  • Acquisition & grants management support
  • Business case development/analysis support
  • Business consulting
  • Business intelligence support
  • Business process improvement
  • Business process reengineering
  • Change management
  • Concept development & requirements analysis
  • Configuration management
  • Cost/schedule/performance analysis & improvement
  • Cost estimation & analysis
  • Cost/performance trade-off analysis & studies
  • Decision analysis
  • Earned value management (EVM) analysis
  • Ebusiness support
  • Executive-level administrative support
  • Governance
  • Horizontal analysis & protection activities
  • Information analytics
  • Integration of support systems
  • Interface management
  • Investigative services
  • Knowledge based acquisition
  • Knowledge management
  • Leadership & organizational assessments
  • Long range planning, futures, & forecasting
  • Manpower estimating
  • Policy analysis
  • Project management, program management, integrated program management
  • Program documentation
  • Coordination with law/policy making entities
  • Regulatory compliance support
  • Requirements management
  • Risk assessment, mitigation, & management
  • Stakeholder requirements analysis
  • Strategy development
  • Strategic forecasting & planning
  • Technical & analytical support
  • Vulnerability assessment

M&A NAICS codes

CLIN key: XX = UR, SB, 8A, VO, WO, HZ

CLINNAICS code and titleSize standard
MA-541611-XX541611 Administrative Management and General Management Consulting Services$24.5 Million
MA-541612-XX541612 Human Resources Consulting Services$29.0 Million
MA-541613-XX541613 Marketing Consulting Services$19.0 Million
MA-541614-XX541614 Process, Physical Distribution, and Logistics Consulting Services$20.0 Million
MA-541618-XX541618 Other Management Consulting Services$19.0 Million
MA-541620-XX541620 Environmental Consulting Services$19.0 Million
MA-541690-XX541690 Other Scientific and Technical Consulting Services$19.0 Million
MA-541990-XX541990 All Other Professional, Scientific and Technical Services$19.5 Million

Technical & Engineering (T&E)

This Domain includes requirements to provide specific engineering, geoscience, or other technical professional skills, such as those performed by engineers, geologists, geophysicists, and technicians, required to handle specific operating conditions and problems for the benefit of the government. Work under this Domain typically involves the application of physical laws and principles of engineering in the design; development, and utilization of machines, materials, instruments, processes, and systems; and providing expert advice and assistance on technical functions and issues. Technical and Engineering Domain scope areas include, but are not limited to:

  • Advanced technology pilot & trials
  • Alternative energy sources & engineering
  • Capabilities integration & development
  • Communications engineering
  • Configuration management
  • Concept development
  • Data analytics & management
  • Design documentation & technical data
  • Energy services to include management planning & strategies, audit services & metering
  • Engineering (aeronautical, astronomical, chemical, civil, electrical, materials, mechanical, Etc.)
  • Engineering process improvement
  • Environmental engineering
  • Human factors/usability engineering
  • Human systems integration
  • Independent verification & validation
  • Integration support
  • Interoperability
  • Life cycle management
  • Mission assurance
  • Modeling & simulation
  • Operational test & evaluation
  • Optical engineering
  • Program analysis
  • Quality assurance
  • Radar engineering
  • Red teaming & wargaming
  • Requirements analysis (technical)
  • Operation & maintenance or direct support of an existing weapon system or major system
  • Risk management
  • Scientific (non-R&D) analysis & support
  • Software development (for IT services involving 40 USC § 11103 (a) activities)
  • Surveying and mapping (except Geophysical) services
  • System design & integration
  • System effectiveness & analysis
  • System engineering
  • System safety engineering
  • System security & information assurance
  • System verification & validation
  • Technical assessment, data management, & planning
  • Technical documentation

T&E NAICS codes

CLIN key: XX = UR, SB, 8A, VO, WO, HZ

CLINNAICS code and titleSize standard
TE-336611-XX336611 Ship Building and Repairing1,300 employees
TE-488190-XX488190 Other Support Activities for Air Transportation$40.0 Million
TE-488999-XX488999 All Other Support Activities for Transportation$25.0 Million
TE-541310-XX541310 Architectural Services$12.5 Million
TE-541330-XX541330 Engineering Services$25.5 Million
TE-541330E1-XX541330 (Exception 1) Military and Aerospace Equipment and Military Weapons$47.0 Million
TE-541330E2-XX541330 (Exception 2) Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy Act of 1992$47.0 Million
TE-541330E3-XX541330 (Exception 3) Marine Engineering and Naval Architecture$47.0 Million
TE-541350-XX541350 Building Inspection Services$11.5 Million
TE-541360-XX541360 Geophysical Surveying and Mapping Services$28.5 Million
TE-541370-XX541370 Surveying and Mapping (except Geophysical) Services$19.0 Million
TE-541380-XX541380 Testing Laboratories$19.0 Million
TE-541611-XX541611 Administrative Management and General Management Consulting Services$24.5 Million
TE-541690-XX541690 Other Scientific and Technical Consulting Services$19.0 Million
TE-541990-XX541990 All Other Professional, Scientific and Technical Services$19.5 Million
TE-611512-XX611512 Flight Training$34.0 Million

Research & Development (R&D)

This Domain includes any requirements in support of Research and Development (R&D) activities. R&D activities may be aimed at achieving either specific or general objectives. The term R&D includes basic research, applied research and experimental development. Services include conducting R&D in: the physical, engineering and life sciences, Nanotechnology, Biotechnology and social sciences and humanities. The R&D Domain scope areas include, but are not limited to:

  • Cell & tissue culture & engineering
  • Conceptual design & modification of product or process alternatives
  • Design & specification development
  • Conducting clinical tests to satisfy requirements prior to commercialization
  • Decision support sciences
  • Design & improvement of manufacturing or production technologies, processes, techniques
  • Design, construction, & testing of preproduction prototypes & models
  • Design, development & implementation of new reagents, testing methods or protocols
  • Design of tools & materials involving new technology
  • Development of new experimental therapeutic drugs, compounds, or molecules
  • Development of tools, resources & procedures relating to advanced biologics, assays & testing
  • Development of new methods for drug delivery
  • DNA: genomics, gene probes, DNA sequencing, genetic engineering
  • Environmental science research
  • Experimental development
  • Laboratory & clinical research
  • Life science research
  • Mathematical science research
  • Physical science research
  • Biotechnology research & process development
  • Product experimentation & modification
  • Psychological science research
  • R&D advanced training
  • R&D of automated processes or robotics
  • Protein/peptide sequencing & synthesis
  • Research of new applications for existing products
  • Software development or I.T. initiatives related to experimental product or process improvements
  • Social science research
  • Special studies & analysis
  • Technical research consulting, development, and facilitation services
  • Technology transfer/insertion, training & consulting
  • Test & evaluation (non-routine) services
  • Regulatory requirements compliance testing

R&D NAICS codes

CLIN key: XX = UR, SB, 8A, VO, WO, HZ

CLINNAICS code and titleSize standard
RD-541330-XX541330 Engineering Services$25.5 Million
RD-541330E1-XX541330 (Exception 1) Military and Aerospace Equipment and Military Weapons$47.0 Million
RD-541330E2-XX541330 (Exception 2) Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy Act of 1992$47.0 Million
RD-541330E3-XX541330 (Exception 3) Marine Engineering and Naval Architecture$47.0 Million
RD-541380-XX541380 Testing Laboratories$19.0 Million
RD-541611-XX541611 Administrative Management and General Management Consulting Services$24.5 Million
RD-541690-XX541690 Other Scientific and Technical Consulting Services$19.0 Million
RD-541713-XX541713 Research and Technology in Nanotechnology1,000 employees
RD-541714-XX541714 Research and Technology in Biotechnology (except Nanobiotechnology)1,000 employees
RD-541715-XX541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)1,000 employees
RD-541715E1-XX541715 (Exception 1) Aircraft, Aircraft Engine and Engine Parts1,500 employees
RD-541715E2-XX541715 (Exception 2) Other Aircraft Parts and Auxiliary Equipment1,250 employees
RD-541715E3-XX541715 (Exception 3) Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts1,300 employees
RD-541720-XX541720 Research and Development in the Social Sciences and Humanities$28.0 Million
RD-541990-XX541990 All Other Professional, Scientific and Technical Services$19.5 Million
RD-621511-XX621511 Medical Laboratories$41.5 Million

Intelligence Services (INTEL)

This Domain focuses on Command, Control, Communications, Intelligence, Surveillance, and Reconnaissance mission requirements. Organizational and Technological capabilities improve situational awareness and enhance command and control strategies within defense and intelligence environments. Intelligence Services Domain scope areas include, but are not limited to:

  • Assured positioning, navigation & timing capabilities support
  • Prototyping, integrating & testing
  • Command, power & integration support
  • Counter-IED & minefield detection & neutralization
  • Counterintelligence (CI)
  • Cyberspace operational support
  • Cyber & tactical network science
  • Detection & neutralization of explosive hazards
  • Electro-optical/infrared surveillance
  • Electronic countermeasures
  • Information superiority support
  • Electromagnetic spectrum operations
  • Field & enterprise intelligence support
  • Geospatial intelligence (GEOINT)
  • Human intelligence (HUMINT)
  • Imagery intelligence (IMINT)
  • Integrated power support services
  • Intelligence, information and electronic warfare
  • Intelligence production, collection, analysis, exploitation & dissemination
  • Intelligence, surveillance, reconnaissance, & targeting (ISRT) development & support
  • Intelligence analysis
  • Intelligence archiving
  • Intelligence cataloging
  • Intelligence retrieval
  • Intelligence management
  • Measurement and signature intelligence (MASINT)
  • Mission command, planning & application
  • Network visualization
  • Night vision, electronic, & optical surveillance
  • Offensive & defensive cyber operations
  • Open source intelligence (OSINT)
  • Power/energy generation & management
  • Product realization engineering
  • Secure correspondence management
  • Signals intelligence (SIGINT)
  • Software development (for IT services involving 40 USC § 11103 (a) activities)
  • Standardized software framework implementation
  • Space & terrestrial communications
  • Specialized functional training
  • Tactical & strategic network support
  • Tactical cyberspace operations
  • Technical Intelligence (TECHINT)
  • Threat modeling & simulation
  • Unmanned systems

INTEL NAICS codes

CLIN key: XX = UR, SB, 8A, VO, WO, HZ

CLINNAICS code and titleSize standard
INT-541330-XX541330 Engineering Services$25.5 Million
INT-541330E1-XX541330 (Exception 1) Military and Aerospace Equipment and Military Weapons$47.0 Million
INT-541330E2-XX541330 (Exception 2) Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy Act of 1992$47.0 Million
INT-541330E3-XX541330 (Exception 3) Marine Engineering and Naval Architecture$47.0 Million
INT-541611-XX541611 Administrative Management and General Management Consulting Services$24.5 Million
INT-541614-XX541614 Process, Physical Distribution and Logistics Consulting Services$20.0 Million
INT-541618-XX541618 Other Management Consulting Services$19.0 Million
INT-541690-XX541690 Other Scientific and Technical Consulting Services$19.0 Million
INT-541715-XX541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)1,000 employees
INT-541715E1-XX541715 (Exception 1) Aircraft, Aircraft Engine and Engine Parts1,500 employees
INT-541715E2-XX541715 (Exception 2) Other Aircraft Parts and Auxiliary Equipment1,250 employees
INT-541715E3-XX541715 (Exception 3) Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts1,300 employees
INT-541720-XX541720 Research and Development in the Social Sciences and Humanities$28.0 Million
INT-541990-XX541990 All Other Professional, Scientific and Technical Services$19.5 Million
INT-561499-XX561499 All Other Business Support Services$21.5 Million
INT-561611-XX561611 Investigation Services$25.0 Million

Environmental (ENV)

This Domain supports agencies in meeting their environmental requirements and streamlining the contracting process by providing a faster, more cost-efficient means to meet environmental objectives. Requirements typically involve multi disciplined teams of scientists, engineers, and other technicians with expertise in areas, such as air and water quality, climate change, asbestos contamination, remediation, ecological restoration, and environmental law. Environmental consulting could consist of support such as Planning and Documentation Services for the development, facilitation, and coordination of and/or for environmental initiatives or mandates in areas of chemical, radiological, and/or hazardous materials. Environmental Domain scope areas include, but are not limited to:

  • Air monitoring
  • Air toxicology, criteria pollutants & greenhouse gas (GHG) emissions strategy & analyses
  • Archeological/cultural resource management plans
  • Archaeological site consulting & preservation
  • Biomass & biofuel energy strategy & analyses
  • Carbon capture, utilization & storage
  • Cleanup and assessment of emerging contaminants (PFAS)
  • Climate change studies, planning, policy analysis, & mitigation strategies
  • Consulting on endangered species, wetland & watershed protection
  • Crop & tree migration
  • Cultural resource geographic information services
  • Emissions reduction strategy & analyses (locomotives, marine vessels, aircraft, etc.)
  • Environmental consulting
  • Environmental education
  • Environmental emergency response
  • Environmental engineering
  • Environmental information management
  • Environmental impact assessment
  • Environmental justice & equity
  • Environmental management & monitoring
  • Environmental remediation
  • Environmental risk assessment
  • Environmental, social, & governance (ESG) data & reporting
  • Environmental toxicology
  • Forest land fire management planning
  • Geographical information systems (GIS) support
  • Hazardous material management, planning, disposal & remediation
  • Human migration due to climate change
  • Laboratory (environmental) testing
  • Land use planning
  • Mapping, cartography & integrated mapping from various data sources
  • Migration pattern analysis
  • Munitions / unexploded ordnance cleanup
  • Natural resource management & planning
  • Pollutant contamination planning, assessment & mitigation
  • Reclamation services
  • Regulatory development and compliance
  • Remote sensing for environmental studies
  • Terrestrial, marine, atmospheric measuring & management
  • Thermal mapping
  • Sea-level rise analysis & response
  • Sediment management
  • Storage tank (above & below ground) removal
  • Stormwater management
  • Sustainability & decarbonization strategy & reporting
  • Vegetation & topography mapping
  • Vehicle fleet electrification support
  • Water and/or wastewater and/or groundwater monitoring
  • Water and/or wastewater infrastructure
  • Water conservation and/or pollution prevention
  • Watershed characterization & assessment

ENV NAICS codes

CLIN key: XX = UR, SB, 8A, VO, WO, HZ

CLINNAICS code and titleSize standard
ENV-541330-XX541330 Engineering Services$25.5 Million
ENV-541360-XX541360 Geophysical Surveying and Mapping Services$28.5 Million
ENV-541380-XX541380 Testing Laboratories$19.0 Million
ENV-541620-XX541620 Environmental Consulting Services$19.0 Million
ENV-541690-XX541690 Other Scientific and Technical Consulting Services$19.0 Million
ENV-541990-XX541990 All Other Professional, Scientific and Technical Services$19.5 Million
ENV-561210-XX561210 Facilities Support Services$47.0 Million
ENV-562112-XX562112 Hazardous Waste Collection$47.0 Million
ENV-562211-XX562211 Hazardous Waste Treatment and Disposal$47.0 Million
ENV-562910-XX562910 Remediation Services$25.0 Million
ENV-562910E-XX562910 (Exception) Environmental Remediation Services1,000 employees

Facilities (FAC)

Services in this Domain include any and all services required to maintain and operate buildings, paved services, utilities infrastructure, and real property assets and equipment. This could include major facilities support such as DoD installations, hospitals, cemeteries, and other Federal or industrial real property, but does not include major/primary purpose construction. GSA has included a wide range of services found in facilities contracts because of their historical use to support total facilities solutions. Facilities Domain scope areas include, but are not limited to:

  • Airfield lighting services
  • Airport security services & surveillance
  • Alarm and security system maintenance
  • Architectural & framework building maintenance services
  • Base operation support services
  • Building inspection services (including OSHA)
  • Building management services
  • Cathodic protection & corrosion control
  • Cemetery maintenance
  • Civil engineering services
  • Commissioning services
  • Communication services - general
  • Communication services - telecommunications
  • Community center management
  • Conference center support
  • Custodial services
  • Electrical services (electrical maintenance)
  • Elevator services (elevator maintenance)
  • Elevator inspection services
  • Emergency management services
  • Energy management control systems (EMCS)
  • Energy and water conservation management and reporting
  • Engineering management services
  • Engineering to support installation of facility resource & optimization (R&O) decisions to distribute limited & scarce future funding
  • Engineering to support construction cost estimates
  • Engineering services to provide general management over current & future maintenance
  • Environmental compliance & conservation
  • Environmental pollution prevention
  • Equipment and electronics maintenance
  • Facility & installation maintenance services
  • Fire alarm/fire suppression (fire suppression system preventative maintenance & repair)
  • Fire alarm system maintenance & repair
  • Fire protection and emergency services
  • Fitness / Sport Center Management
  • Force protection assets & entry control points
  • Fuels management
  • Grounds maintenance
  • HVAC services (HVAC maintenance)
  • Infrastructure planning
  • Insect & pest control
  • Integrated waste management services
  • Janitorial services
  • Landscaping/grounds maintenance
  • Locksmiths
  • Logistics planning
  • Ground transportation services
  • Installation deployment readiness center (IDRC)
  • Mailroom services
  • Maintenance of fuel distribution & grounding systems
  • Material management
  • Operations & maintenance (O/M) of facilities
  • O/M of aerospace facilities & equipment
  • O/M of airfields
  • O/M of electrical distribution & HVAC systems
  • O/M engineering
  • O/M of fresh water system
  • O/M of historic facilities
  • O/M of utility & sanitation systems
  • Plumbing & pipefitting services
  • Pollution prevention & remediation programs.
  • Real property management
  • Refuse collection and disposal
  • Renewable energy systems
  • Repair & restoration projects
  • Roofing services
  • Security forces services
  • Sensitive Compartmented Information Facilities (SCIF)
  • Septic services
  • Snow removal
  • Street sweeping & maintenance
  • Traffic management
  • Vehicle management
  • Water distribution
  • Water tanks
  • Waste management & recycling services

FAC NAICS codes

CLIN key: XX = UR, SB, 8A, VO, WO, HZ

CLINNAICS code and titleSize standard
FAC-238160-XX238160 Roofing Contractors$19.0 Million
FAC-238210-XX238210 Electrical Contractors and Other Wiring Installation Contractors$19.0 Million
FAC-238220-XX238220 Plumbing, Heating, and Air Conditioning Contractors$19.0 Million
FAC-238290-XX238290 Other Building Equipment Contractors$22.0 Million
FAC-238320-XX238320 Painting and Wall Covering Contractors$19.0 Million
FAC-238990-XX238990 All Other Specialty Trade Contractors$19.0 Million
FAC-485999-XX485999 All Other Transit and Ground Passenger transportation$19.0 Million
FAC-488190-XX488190 Other Support Activities for Air Transportation$40.0 Million
FAC-488490-XX488490 Other Support Activities for Road Transportation$18.0 Million
FAC-488999-XX488999 All Other Support Activities for Transportation$25.0 Million
FAC-531311-XX531311 Residential Property Managers$12.5 Million
FAC-531312-XX531312 Nonresidential Property Managers$19.5 Million
FAC-541320-XX541320 Landscape Architectural Services$9.0 Million
FAC-541330-XX541330 Engineering Services$25.5 Million
FAC-541350-XX541350 Building Inspection Services$11.5 Million
FAC-541611-XX541611 Administrative Management and General Management Consulting Services$24.5 Million
FAC-541614-XX541614 Process, Physical Distribution and Logistics Consulting Services$20.0 Million
FAC-541690-XX541690 Other Scientific and Technical Consulting Services$19.0 Million
FAC-541990-XX541990 All Other Professional, Scientific and Technical Services$19.5 Million
FAC-561210-XX561210 Facilities Support Services$47.0 Million
FAC-561621-XX561621 Security Systems Services (except Locksmiths)$25.0 Million
FAC-561710-XX561710 Exterminating and Pest Control Services$17.5 Million
FAC-561720-XX561720 Janitorial Services$22.0 Million
FAC-561730-XX561730 Landscaping Services$9.5 Million
FAC-561990-XX561990 All Other Support Services$16.5 Million
FAC-562111-XX562111 Solid Waste Collection$47.0 Million
FAC-562112-XX562112 Hazardous Waste Collection$47.0 Million
FAC-562211-XX562211 Hazardous Waste Treatment and Disposal$47.0 Million
FAC-811310-XX811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance$12.5 Million

Logistics (LOG)

Services on this Domain include comprehensive logistics solutions, including planning and designing, implementing, or operating systems or facilities for the movement of supplies, equipment or people by road, air, water, rail, or pipeline. Logistics Domain scope areas include, but are not limited to:

  • Analysis & recommendation of support equipment
  • Cold chain medical supply services
  • Deployment logistics
  • Disaster management/contingency operations
  • Distribution & transportation
  • Food & perishable goods supply services
  • Industrial relocation/expansion services
  • Infrastructure services (including transportation & delivery)
  • Integrated Product Support (IPS) technical requirement creation
  • Integrating public & private resources
  • IPS system design, risk assessment, schedules creation & performance tracking
  • Inventory management
  • Life cycle sustainment
  • Logistical studies & evaluation
  • Analysis & recommendation of support equipment
  • Cold chain medical supply services
  • Deployment logistics
  • Disaster management/contingency operations
  • Distribution & transportation
  • Food & perishable goods supply services
  • Industrial relocation/expansion services
  • Infrastructure services (including transportation & delivery)
  • Integrated Product Support (IPS) technical requirement creation
  • Integrating public & private resources
  • IPS system design, risk assessment, schedules creation & performance tracking
  • Inventory management
  • Life cycle sustainment
  • Logistical studies & evaluation
  • Logistics design
  • Logistics management & support services
  • Logistics operations support & maintenance
  • Logistics optimization
  • Logistics services
  • Logistics training services
  • Rapid deployment of supplies & equipment through communication & logistics systems
  • Repair & alteration
  • Resource sourcing - global, regional, local, etc.
  • Specialized cargo management
  • Supply chain management & provisioning
  • Supportability analysis & implementation
  • Technology & industrial base
  • Test range support
  • Value chain management

LOG NAICS codes

CLIN key: XX = UR, SB, 8A, VO, WO, HZ

CLINNAICS code and titleSize standard
LOG-336611-XX336611 Ship Building and Repairing1,300 employees
LOG-481211-XX481211 Nonscheduled Chartered Passenger Air Transportation1,500 employees
LOG-485991-XX485991 Special Needs Transportation$19.0 Million
LOG-485999-XX485999 All Other Transit and Ground Passenger Transportation$19.0 Million
LOG-488111-XX488111 Air Traffic Control$40.0 Million
LOG-488190-XX488190 Other Support Activities for Air Transportation$40.0 Million
LOG-488999-XX488999 All Other Support Activities for Transportation$25.0 Million
LOG-492110-XX492110 Couriers and Express Delivery Services1,500 employees
LOG-493110-XX493110 General Warehousing and Storage$34.0 Million
LOG-493120-XX493120 Refrigerated Warehousing and Storage$36.5 Million
LOG-493190-XX493190 Other Warehousing and Storage$36.5 Million
LOG-541330-XX541330 Engineering Services$25.5 Million
LOG-541614-XX541614 Process, Physical Distribution and Logistics Consulting Services$20.0 Million
LOG-541690-XX541690 Other Scientific and Technical Consulting Services$19.0 Million
LOG-541990-XX541990 All Other Professional, Scientific and Technical Services$19.5 Million
LOG-561210-XX561210 Facilities Support Services$47.0 Million
LOG-811114-XX811114 Specialized Automotive Repair$9.0 Million
LOG-811121-XX811121 Automotive Body, Paint and Interior Repair and Maintenance$9.0 Million
LOG-811198-XX811198 All Other Automotive Repair and Maintenance$10.0 Million

Enterprise Solutions (UR Only) (ENT)

This Domain is for the procurement of highly technical, new and emerging and/or specialized mission objectives that require special management attention, and oversight because of the importance to the agency mission; high-level development, operating, or maintenance costs; high risk; high return; or their significant role in the administration of agency-wide programs, systems, finances, property, or other resources. This Domain also includes non-IT services in support of national security systems in accordance with 40 USC § 11103(a).

The Enterprise Solutions Domain is focused on requirements that are large-dollar, wide-reaching (e.g., across one organization, agency or multiple organizations and/or agencies) and highly complex in scope. By design, this Domain shares overlapping NAICS with other Domains within OASIS+. This Domain includes contractors who are able to manage vast projects with the potential of (but not limited to) the following highly specialized project requirements:

  • Multi-layered subcontracting teams
  • High touch/high accountability in the areas of contractor acquired or contractor managed government Property
  • Vast accounting system, estimating system, and invoicing demands
  • Stringent quality control and government quality assurance oversight and accountability
  • Geographically dispersed project offices (on the government site, or the contractor site)
  • Requirements for extensive upfront capital to launch, transition into, and/or sustain for long periods of time due to the high-capital-demand value to launch and sustain business operations in support of an agency mission requirement(s).
  • The minimum order threshold for future task orders issued through this Domain is $250 Million total estimated value (including the base and all option periods).

ENT NAICS codes

CLINNAICS code and titleSize standard
ENT-336611-UR336611 Ship Building and Repairing1,300 employees
ENT-541330-UR541330 Engineering Services$25.5 Million
ENT-541330E1-UR541330 (Exception 1) Military and Aerospace Equipment and Military Weapons$47.0 Million
ENT-541330E2-UR541330 (Exception 2) Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy Act of 1992$47.0 Million
ENT-541330E3-UR541330 (Exception 3) Marine Engineering and Naval Architecture$47.0 Million
ENT-541611-UR541611 Administrative Management and General Management Consulting Services$24.5 Million
ENT-541614-UR541614 Process, Physical Distribution, and Logistics Consulting Services$20.0 Million
ENT-541620-UR541620 Environmental Consulting Services$19.0 Million
ENT-541690-UR541690 Other Scientific and Technical Consulting Services$19.0 Million
ENT-541715-UR541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)1,000 employees
ENT-541715E1-UR541715 (Exception 1) Aircraft, Aircraft Engine and Engine Parts1,500 employees
ENT-541715E2-UR541715 (Exception 2) Other Aircraft Parts and Auxiliary Equipment1,250 employees
ENT-541715E3-UR541715 (Exception 3) Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts1,300 employees
ENT-541990-UR541990 All Other Professional, Scientific and Technical Services$19.5 Million
ENT-561210-UR561210 Facilities Support Services$47.0 Million
ENT-562910-UR562910 Remediation Services$25.0 Million
ENT-562910E-UR562910 (Exception) Environmental Remediation Services1,000 employees

How OASIS+ compares to legacy OASIS

The OASIS+ family of contracts builds 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 family.
  • 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.
  • Total SB.
  • SBA-Certified 8(a) SB.
  • SBA-Certified HUBZone SB.
  • SBA-Certified Service-Disabled Veteran-owned SB.
  • SBA-Certified Women-owned SB.
Ordering tools Uses multiple programs. Uses one program, Symphony.

Research the OASIS+ contract features

As part of market research, you will need to determine which OASIS+ vehicle will be solicited. The information below is required by the FAR, necessary for you to complete your contract file, and may be relevant in the event of a protest or audit. Agencies may have different policies, regulations, and standards that should be considered in the decision to utilize OASIS+ for an agency solution.

Request a scope review

GSA strongly encourages Ordering Contracting Officers to take advantage of the free, complementary, optional pre-solicitation scope reviews. A scope review is an analysis of a Statement of Work (SOW), Statement of Objectives (SOO), or Performance Work Statement (PWS) for future services tasks, along with a scope compatibility determination to help you establish whether your requirement is within the scope of the GSA contract being considered. This review will ensure the requirement is being placed under the appropriate contract vehicle; this will help you meet requirements correctly and move through the process as efficiently as possible.

To learn more about scope reviews, check out The Importance of Scope Reviews (video).

How to request a scope review

To request a scope review you must:

  1. Complete the OASIS+ Scope Review Online form (coming soon). In addition to the free and complementary scope review, we can provide Market Research as a Service (MRAS) upon request.
  2. Use the applicable OASIS+ master contract Section C.2 and subsections to choose the North American Industry Classification System (NAICS) code representing the principle purpose of your requirement. For specific NAICS code definitions, please visit https://www.census.gov/naics/.
  3. Input that NAICS code and corresponding pool in the Primary NAICS field of the form. For example, for military engineering: “NAICS 541330 Exception A (Pool 3)”.
  4. Complete your SOW/SOO/PWS.
  5. Complete your Independent Government Cost Estimate (IGCE) using your Agency’s government estimate with labor categories and hours template or generated using the CALC+ suite of pricing eTools.

We cannot complete the scope review until the completed scope review form, SOW/SOO/PWS, and IGCE have been received. If you do not hear back within five business days of submitting all documents, email oasisplus@gsa.gov for an update.

Labor

The following information is related to researching contract features that focus on labor.

Domain and NAICS selection

The contract scope is organized by domains and North American Industry Classification System (NAICS) codes. The OCO must assign the OASIS+ NAICS code to each task order solicitation. The NAICS code assigned should reflect the principal nature of the work required under the task order. NAICS codes by domain identifies the seven Domains on SB, and the eight Domains on Unrestricted and associated NAICS with size standards under OASIS+. If the principal purpose of the requirement is for any other functional area (Domain) and/or NAICS code outside the specific NAICS codes awarded/listed in the OASIS+ contracts, then the requirement is out of scope for OASIS+.

Note: In accordance with regulation, OCOs must select the applicable task order NAICS code based upon the work to be performed and not based upon the applicable size standard, incumbent contractor, or any other reason that is not in compliance with the regulations. The OASIS+ program will have access to all OASIS+ task order solicitations. Apparent discrepancies in ordering processes and procedures will be brought to the OCO’s attention for correction. Each OASIS+ Domain is a distinct and separate CLIN under the OASIS+ IDIQ contracts. Fair opportunity is given at the CLIN/NAICS level under one contract family, under one Domain, and under one NAICS under the selected contractor family and Domain.

An OCO may NOT issue a solicitation to multiple contract families, multiple Domains, or multiple NAICS at one time (for example, issuing a solicitation to OASIS+ UR Management and Advisory Domain 541611 and OASIS+ SB Management and Advisory Domain 541611 simultaneously is prohibited) or multiple Domains at one time (for example, Technical & Engineering and Environmental Services) even though the principle purpose NAICS code may exist in more than one Domain.

Task order labor categories

In accordance with OASIS+ contract section B.8, the master contract provides the flexibility to use custom/requirements-driven labor categories for CONUS, OCONUS, specialized labor, construction wage rate requirements, professional services, service contract labor standards, or any combination thereof, at the task order level. The OCO is the authority in establishing what kind of labor is appropriate for each task order requirement.

OCOs may use any of the following labor categories:

  • OASIS+ standardized labor categories
  • Contractor-proposed custom or specialized labor categories that are non-standard
  • OCO-directed, non-standard, or specialized labor categories that are customized to the requirement

Continental United States (CONUS) Standardized Labor Categories

OASIS+ CONUS standardized labor categories correspond to the Office of Management and Budget’s Standard Occupational Classification (SOC) Manual 2018 [PDF, 285 pages], which includes compensation data maintained by the Bureau of Labor Statistics in the Department of Labor (DoL). CONUS standardized labor categories are individual labor categories that are mapped to a single SOC and functional description.

The contractor may propose CONUS standardized labor when proposing a total solution; however, the OCO will determine whether circumstances merit the use of CONUS standardized labor. CONUS standardized labor categories are encouraged but not mandatory for use at the task order level. The OCO should indicate in the task order solicitation whether or not contractors must submit labor pricing using the master contract’s CONUS standardized labor categories in their task order proposals. If non-standardized labor categories are used at the task order level, the contractor is required to map awarded labor categories to the standardized labor categories when reporting in accordance with Section G.3.2.4 and the seniority levels in Attachment J-1 (such as Junior, Journeyman, Senior, Subject Matter Expert [SME]).

Custom or specialized labor

When CONUS standardized labor categories are not mandatory or not able to be mapped directly by the contractor, the contractor may propose specialized labor when proposing a total solution; however, the OCO will determine whether circumstances merit the use of specialized labor.

OCONUS labor

The Contractor may propose OCONUS labor when proposing a total solution; however, the OCO will determine whether circumstances merit the use of OCONUS labor.

Service Contract Labor Standards (SCLS)

When applicable, the OCO must incorporate wage determinations subject to wage rate requirements and specific location of work in the task order award. OASIS+ does not include clauses applicable to any service contract labor standards that are part of a total solution within the scope of OASIS+; the OCO must incorporate the appropriate clauses and provisions in each task order solicitation and subsequent award.

Requirements for labor under Time & Material and Labor Hour task orders

When preparing solicitations for commercial or non-commercial T&M and/or LH type task orders, the OCO must incorporate one of the following provisions in the task order solicitation:

  • FAR 52.216-29 Time-and-Materials/Labor-Hour Proposal Requirements — Non- Commercial Item Acquisition with Adequate Price Competition
    • For DoD requirements, when selecting FAR 52.216-29, the OCO must also select Defense Federal Acquisition Regulation Supplement (DFARS) 252.216-7002, Alternate A Time-and-Materials/Labor-Hour Proposal Requirements — Non-Commercial Item Acquisition with Adequate Price Competition.
  • FAR 52.216-30 Time-and-Materials/Labor-Hour Proposal Requirements — Non- Commercial Item Acquisition without Adequate Price Competition
  • FAR 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements — Commercial Item Acquisition

When the provision FAR 52.216-30 or FAR 52.216-31 is selected, and there is an exception to fair opportunity, the OASIS+ contracts establish maximum allowable labor rates. These labor rates will be identified as fully burdened ceiling rates for certain non-custom, CONUS, T&M/LH labor categories for both government and contractor sites. Based on the specific task order requirements, the OCO is authorized to exceed the OASIS+ ceiling rates for those labor categories that include Secret/Top Secret/Sensitive Compartmented Information labor and/or OCONUS locations, if necessary.

The ceiling rates do not apply when the provision FAR 52.216-29 Time-and-Materials/Labor-Hour Proposal Requirements — Non-Commercial Item Acquisition With Adequate Price Competition is selected; or FAR 52.216-29 with DFARS 252.216-7002, Alternate A, is selected; or FAR 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition is selected; and there is not an exception to fair opportunity.

Clauses and provisions

Due to the various combinations of contract provisions/clauses which may be required for an individual task order based on the contract type, statement of work, dollar value, and other specific customer agency requirements, the OASIS+ IDIQ cannot predetermine all the contract provisions/clauses for future individual task orders. However, all “Required” and “Required when Applicable” provisions/clauses set forth in FAR 52.301 automatically flow down to all orders based on their specific contract type (for example, cost or fixed price), statement of work, competition requirements, commercial or not, and dollar value. The Attachment J-5, OASIS+ Task Order Clause and Provision Matrix, applies to task orders as applicable.

Also, the OCO must identify in the task order solicitation whether FAR part 12 commercial clauses/provisions apply or do not apply. The OCO must include any optional and/or agency-specific provisions/clauses for each individual task order solicitation and subsequent award. If there is a conflict between task order terms and conditions and master contract terms and conditions, the master contract terms must take precedence.

The OCO must include any FAR clauses in full text that need to be filled in (for example, FAR 52.217-9 applicable to orders with options).

DoD-specific clauses and provisions

For task orders subject to DoD requirements, DoD provisions and clauses from the DoD FAR Supplement (DFARS) have been incorporated in Attachment J-4. If applicable, the OCO may use the Attachment J-4 to ensure the required DFARS provisions and clauses will flow down to the task order level. The required provisions and clauses are updated through the version date indicated on the J-4 attachment. Alternate and supplemental provisions and clauses from Command-specific and/or DoD Component levels are not included; the OCO may incorporate them into the specific solicitation and subsequent task order. The required DoD provisions and clauses are updated through the master contract version date indicated on the J-4 attachment. Should Attachment J-4 not reflect any updated DoD provision or clause at the time of task order solicitation or award, the OCOs may insert those required updated provisions or clauses into their task order. Periodically, during the term of the master contract, an update to Attachment J-4 may be executed on the master contract via a bilateral contract modification.

DoL-specific clauses and provisions

For task orders subject to SCLS or construction wage rate requirements, DoL provisions and clauses from FAR part 22 have been incorporated in Attachment J-5. Only the applicable provisions and clauses must flow down to the task order level. The OCO may incorporate alternate, supplemental, or agency-level provisions and clauses into the specific solicitation and subsequent task order. Should this list not reflect any updated DoL provision or clause at the time of task order solicitation or award, the OCOs may insert those required updated provisions or clauses into their task order. Periodically, during the term of the master contract, an update to these DoL Required Provisions and Clauses may be executed on the master contract via a bilateral contract modification.

CAS-specific clauses and provisions

For task orders subject to CAS requirements, CAS provisions and clauses from FAR part 30 have been incorporated in Attachment J-5. The OCO must identify the provisions/clauses in the task order solicitation and subsequent task order award, as applicable.

Davis-Bacon Act

Ancillary/minor amounts of construction, alteration, or repair may be included as ancillary services to support the total solution in task orders. The OCO must also include all applicable construction-related clauses and wage decisions in the task order, as applicable.

Complete market research

Market research for the federal government is the process of gathering and analyzing information about capabilities within the market; reviewing potential suppliers, products, and services to inform procurement decisions. It plays a crucial role in ensuring the government gets the best value for its money while meeting its mission-critical needs; because of this, an OCO must complete acquisition planning and market research to determine whether OASIS+ meets their needs. Task orders planned under OASIS+ are not exempt from FAR part 7 - Acquisition Planning or FAR part 10 - Market Research. Agencies may have different policies, regulations, standards, etc, that should be considered in the decision to use OASIS+ to fulfill an agency requirement.

Market research serves the following purposes:

  • Identify capable vendors: Understand the landscape of existing solutions and potential providers who can meet specific government requirements.
  • Cost analysis: Compare prices and potential costs associated with different options to secure the most competitive deal.
  • Inform procurement strategy: Decide on the most appropriate acquisition method (e.g., solicitation, contract type) based on market availability and competition.
  • Determining whether the specific requirement is within scope of OASIS+.
  • Determining if an OASIS+ Small Business or Socioeconomic Small Business can perform the requirements and set-aside for small business concerns, if applicable.
  • Determining which OASIS+ contract to issue the task order solicitation under.

Gather pricing intelligence

There are several unique CALC+ tools available on buy.gsa.gov/pricing to support government acquisition professionals in finding awarded prices to use in negotiations for labor contracts. CALC+ offers ceiling prices, fully burdened costs, services data, and worldwide rates to help with services pricing business intelligence.

CALC+ Tools Guidance

  • When evaluating CALC+ pricing, including BLS QR, OCOs must exercise independent business judgment consistent with their authority, while remaining compliant with all applicable regulations and guidance.
  • Any results from CALC+ searches cannot be relied upon exclusively to demonstrate prices are fair and reasonable in accordance with FAR 15.4. Federal acquisition professionals will need additional analysis techniques to make such a determination.

CALC+ Quick Rate for Hourly Labor Ceiling Prices

  • The CALC+ Labor Ceiling Rates tool is a pricing research tool created to support government acquisition professionals in services pricing business intelligence.
  • This tool allows users to review fully burdened Not-to-Exceed Ceiling Rates awarded under GSA Multiple Award Schedule (MAS) contracts. The OCO can use it to conduct market research and develop Independent Government Cost Estimates (IGCEs).
  • The tool can be used to assess the relative competitiveness of a vendor’s price to other vendors’ prices on MAS contracts. However, the tool should only be used as part of a larger negotiation objective development strategy that seeks fair and reasonable pricing (in accordance with FAR 15.4).
  • Schedule prices represent not-to-exceed ceiling prices established with a range of order sizes, types, complexities, taken into consideration. This provides the contractor the opportunity to discount prices at the order level or the Ordering Contracting Officer (OCO) to seek price reductions.
  • Be sure to review the CALC+ User Guide for helpful information. In the coming months, the user guide will be refreshed to include more detailed guidance, tips, and tricks to assist users in maximizing the capabilities of the tool.

CALC+ Quick Rate BLS

  • The CALC+ Bureau of Labor Statistics (BLS) Quick Rate (QR) tool is a pricing research tool to support government acquisition professionals in services pricing business intelligence.
  • The CALC+ BLS tool searches for the latest wage rate information provided by the U.S. Bureau of Labor Statistics. Acquisition and program management staff can use BLS data to support market research, pricing analyses, develop Independent Government Cost Estimates (IGCEs), compare against prices paid, and create budgetary project cost estimates.
  • CALC+ BLS allows users to:
    • Search hundreds of occupations such as maintenance, accounting, and legal services in regions all over the United States to match their acquisition objectives and level of contractor expertise needed to meet mission requirements.
    • Find the total hourly cost of services by adding fringe benefits, indirect costs (e.g. company overhead and administrative), and profit to BLS wage rates to develop a fully burdened labor rate for price analysis – the developed rate represents a quality estimated rate to support pricing analysis and price reasonableness determinations.
    • Pair your estimated rate from the BLS tool with prices paid data on buy.gsa.gov to improve your price analysis and overall estimated cost.
  • Be sure to review the CALC+ Quick Rate (QR) Tool BLS Rates User Guide for additional information.

CALC+ Quick Rate for Prices Paid

*Access is restricted to federal employees and federal contractors with .gov / .mil email

  • CALC+ Quick Rate Prices Paid allows users to review Prices Paid information from GSA’s Governmentwide Acquisition Contracts (GWACs) and Multi-Agency Contracts (MACs) to develop IGCE’s and create budgetary cost projections; making it another pricing tool for users to leverage along with BLS and hourly labor ceiling prices.
  • CALC+ Prices Paid data is based on the contractor invoice data uploaded to GSA’s Contractor Payment Reporting Module (CPRM). Prices Paid are actual invoiced labor rates paid by federal agencies on awarded task/delivery orders for Time and Material (T&M) and Labor Hour (LH) contract line item numbers (CLINs).
  • The data represented in CALC+ Prices Paid is no more than three years old. Contracting professionals may select the data to be limited to invoices reported within the last 12 months, 24 months, or 36 months. Users should be aware that more recent data is less impacted by inflation and historical records are not adjusted for inflation.
  • CALC+ Prices Paid data includes invoices reported in the CPRM for the following contract programs:
    • Alliant 2
    • 8(a) STARS III
    • VETS 2
    • OASIS
    • HCaTS
  • Note: This tool is being introduced as a minimally viable product. New features and enhancements will be added in the future. Users are encouraged to submit feedback and enhancement requests by completing the form displayed on the Prices Paid tool.
  • Be sure to review the CALC+ Quick Rate (QR) Prices Paid User Guide for additional information.

Research agencies and sellers

We offer a variety of resources to help research the federal market; check out the websites below to learn more about agencies or prepare to become a GSA vendor.

  • Small Business Goaling Reports - Obtain data on small business utilization by department.
  • USASpending.gov - Obtain data on annual federal spending.
  • Federal Agency Procurement Forecasts - Explore planned federal contracting opportunities.
  • GSA Advantage - Browse the online catalog of products offered through GSA Schedules.
  • eBuy - Find business opportunities and submit quotes for a wide range of products and services.
  • eLibrary (coming soon) - OASIS+ contract information will be made available when contracts are awarded.

Get a scope review (optional)

OASIS+ contract holders may request an optional and complementary scope review. The scope review is completed by GSA and will ensure the requirement is being placed under the appropriate OASIS+ contract; having the appropriate contract will help best meet your requirements.

Get a detailed market report for your requirement

In addition to a scope review, GSA’s Market Research as a Service (MRAS) can help you by collecting and providing industry partner information specific to your needs; MRAS conducts Requests for Information, Sources Sought, and advanced product searches to help agencies compile business, socio-economic, and technical data in order to help conduct RFIs more efficiently. MRAS also helps provide feedback about agency requirements documents, industry trends, best practices, and the best GSA contract and NAICs for their acquisition.

MRAS is a free service and can be requested after completing an optional OASIS+ Scope Review. Find your agency point of contact for assistance with MRAS.

How do I initiate an MRAS request?

Learn more about MRAS

Send an RFI

You can send an RFI to OASIS+ contract holders and their capabilities within each OASIS+ contract, domain, and NAICS code using Symphony.

Task orders

The following information is related to researching contract features that focus on task orders.

Minimum and maximum order limitations

Minimum order

  • OASIS+ minimum order is the Simplified Acquisition Threshold (SAT).
  • When the government requires supplies or services covered by this contract in an amount of less than the SAT, as amended, the government is not obligated to purchase, nor is the contractor obligated to furnish, those supplies or services under the contract.
  • In accordance with Section C.2.5.1 of the OASIS+ UR contract, the minimum order threshold for task orders issued through the Enterprise Solutions Domain is $250 million total estimated value (including the base and all option periods).

Maximum order

  • Except for any limitations that the FAR imposes, there is no maximum order limitation under OASIS+; the OASIS+ program has no ceiling on any OASIS+ Multiple Agency Contracts.

OASIS+ task order contract/CLIN types

For OASIS+ task orders, allowable contract types include:

Task orders may also incorporate FAR subpart 17.1 Multi-year Contracting and FAR subpart 17.2 Options. However, Service Contract Labor Standards (SCLS)-applicable orders CANNOT have a base period longer than five years. OASIS+ supports both commercial and non-commercial requirements. OASIS+ does not allow agreements identified in FAR subpart 16.7.

These contract types can be used individually or in combination within a single task order comprising multiple CLINs. If using multiple contract types, please use separate CLINs for the work under each contract type and annotate each CLIN with the associated contract type, as this is important for clause selection and implementation.

For cost-reimbursement type task orders, the accounting system requirements at OASIS+ Contract Section G.3.1.9.1.1 Accounting System apply. OASIS+ contractors are NOT required to demonstrate that their accounting system is adequate for determining costs applicable to cost-reimbursement type contracts or orders in accordance with FAR 16.301-3(a)(3). Therefore, prior to awarding a cost-reimbursement type task order, Ordering Contracting Officers (OCOs) must determine if the contractor’s accounting system is adequate for determining costs applicable to the task order.

Although not required, many contractors demonstrated adequate accounting systems prior to OASIS+ contract award. Contractors are required to maintain and update the status of their accounting system. The status of a contractor’s accounting system is included in their Symphony contractor profile.

Also, CAS are applicable at the task order level. Therefore, the OCO is responsible for determining the applicability of CAS to any given task order. The OCO must then ensure that the contractor has made the required solicitation certifications and that the required disclosure statement has been submitted. The OCO must not award a CAS covered task order until the Cognizant Federal Agency Official (CFAO) has made a written determination that a required disclosure statement is adequate. The contractor is required to notify the OCO in writing for any CAS covered task orders about any revisions to the CAS Disclosure Statement or cost accounting practices. For additional CAS-specific considerations, see CAS-specific clauses and provisions.

Task order period of performance duration

A task order must be solicited and awarded prior to the OASIS+ IDIQ ordering period end date. A task order period of performance (base period and all option periods) may extend up to five years after the OASIS+ IDIQ contract ordering period end date. Task order option periods may be exercised after the OASIS+ ordering period end date, provided that no task order option period of performance occurs beyond five years after the OASIS+ IDIQ ordering period end date. No task order performance can occur after the period of performance end date for the OASIS+ IDIQ. The ordering period of performance for each contract will be finalized upon award and notice to proceed.

The OASIS+ contracts will include the FAR 52.217-8. This clause does not flow down to task orders, as it requires fill-in information. The OASIS+ IDIQ’s performance must stop by the Period of Performance end date shown unless the GSA OASIS+ Contracting Officer extends the OASIS+ IDIQ. The FAR 52.217-8 clause exercise is not guaranteed and is the sole decision of the GSA OASIS+ COs.

After the OASIS+ IDIQ ordering period expires, the OASIS+ IDIQ contracts will remain active for administration only. The OASIS+ IDIQ contracts must govern the terms and conditions of active task orders to the same extent as if they were completed during the OASIS+ IDIQ active ordering period.

Contract access fee

GSA’s operating costs are reimbursed through a CAF charged on all task orders placed against the master contract(s). The CAF is paid by the ordering agency, but remitted to GSA by the contractor. GSA maintains the unilateral right to establish and change the CAF rate. GSA will provide at least a 60-day notice prior to the effective date of any change to the CAF rate or payment process.

The OASIS+ CAF must be included in each task order under a separate CLIN (for example, a CAF CLIN for the base and a CAF CLIN for each option period). This CLIN should be established as a flexibly reimbursable no-fee CLIN. OCOs may use a different contract type for this CLIN; however, it’s NOT recommended.

The CAF rate is a flat 0.15%, applied to the total amount billed on each invoice (including ancillary support, travel, and profit) for all task orders.

Due to the low CAF rate, there are no Memorandums of Understanding with federal agencies that discount the established CAF rate; additionally, there is no cap/ceiling applicable to the CAF.

Using the established CAF rate, the contractor must include the estimated CAF in each task order proposal based on the total estimated order value, which helps avoid potential funding issues. The contractor must include the CAF as a separate line item on all proposals and invoices to the government, regardless of contract type. GSA establishes the CAF, and the CAF must never be treated as a negotiable element between the contractor and the ordering agency. If the contractor does not ensure a separate CAF CLIN is included in its task order proposal and resulting task order award, the contractor must still be liable to pay the owed CAF to the government.

OCOs must instruct contractors to bill for CAF on every invoice/voucher as a separate line item in accordance with the OASIS+ contract Section B.11 OASIS+ Contract Access Fee.

Each invoice billed under the task order must include a separate CAF line item as in the following example:

CAF line item Cost
CLIN 0001 Labor $100.00
CLIN 0002 Material $50.00
CLIN 0003 Travel $50.00
Subtotal $200.00
CLIN 0004 CAF (0.15% of subtotal) $0.30
Total Invoice including CAF $200.30

Classified task order considerations

The task order solicitation should clearly express all requirements for security clearances, both facility and personnel. Please adhere to all classified handling procedures at all times.

Example for Classified work:

  1. Determine Contract Vehicle/Domain/NAICS code.
  2. Notify the applicable contract holders of an upcoming classified solicitation via the mandatory task order solicitation system (Symphony); request that interested contractors respond; include instructions for how the solicitation may be viewed; for example, location may be Sensitive Compartmented Information Facility or Secret Internet Protocol Router email instructions.
  3. Post the solicitation in a secure location (for example, distribute via Secret Internet Protocol Router emails).
  4. Review the offer and award task order.
  5. Notify GSA of the task order award by emailing oasisplus@gsa.gov that an award has been made (a copy of the task order IS NOT required to be attached to the email) and include the total amount of CAF applicable to the task order.

AbilityOne considerations

The OASIS+ program does not include a Subcontracting Plan initiative for AbilityOne, an independent federal agency and program that provides employment opportunities to approximately 40,000 people who are blind or have significant disabilities. However in accordance with FAR 8.005, the OCO must, “Insert the clause at FAR 52.208-9, Contractor Use of Mandatory Sources of Supply and Services, in solicitations and contracts that require a contractor to provide supplies or services for Government use that are on the Procurement List maintained by the Committee for Purchase From People Who Are Blind or Severely Disabled.”

For certain task orders where the government anticipates to offer supplies for use, the Procurement List maintained by the Government, the Procurement List maintained by the Committee for Purchase From People Who Are Blind or Severely Disabled is a mandatory source of supply and should be checked to see if these supplies are available from this source.

Note: Under Department of Defense regulations, prime contractors are allowed to receive credit toward their small business subcontracting goals if they subcontract with qualified nonprofit agencies participating in the AbilityOne Program (See 10 U.S. Code 3903).

Small business

The following information is related to researching contract features — specifically, those that focus on small business.

Small business size and socioeconomic status

In accordance with 13 CFR 121.404(a)(1)(i)(B), for all OASIS+ SB, OASIS+ HUBZone, OASIS+ SDVOSB, and OASIS+ WOSB task orders, a contractor’s business size and socioeconomic status defaults to their size/status shown in their OASIS+ master contract, notwithstanding their size/status shown in any other system at the time of task order award, unless an OCO requests a size recertification for a specific order. See below for applicability specific to OASIS+ 8(a).

OASIS+ 8(a) SB competitive and/or sole source

Ordering activities seeking to satisfy their requirements through either 8(a) competitive or 8(a) sole source (direct) task orders must use the OASIS+ 8(a) contract vehicle.

Competitive OASIS+ 8(a) SB task orders

Competitive task orders solicited and awarded under the OASIS+ 8(a) contract must:

  • Follow similar procedures to competing orders (e.g., choose the domain and NAICS code).
  • Allow competition at any dollar value.
  • Include the SBA requirement number IX1685025756D, as all OASIS+ 8(a) SB master contracts have been offered to and the requirements have been accepted by SBA for the 8(a) program. There is no requirement for SBA acceptance to receive 8(a) credit for the task order.

Sole source (direct) OASIS+ 8(a) task orders

Sole source task orders solicited and awarded under the OASIS+ 8(a) contract shall adhere to the following:

  • Sole source (direct) OASIS+ 8(a) task orders may be issued at the OCO’s discretion subject to the OCO receiving SBA approval prior to issuing an offer from an OASIS+ 8(a) company. Sole source 8(a) orders must each be offered to and accepted by SBA before award.
  • The OCO should check the contractor’s 8(a) status at SBA Dynamic Search before considering a sole source order. Per 13 CFR 124.503(i)(1)(iv)(A), a contractor must be a current 8(a) program participant at the time of task order award in order to receive a sole source order.
  • Contractors who have exited from the 8(a) program are ineligible to receive an 8(a) sole source task order award.
  • Follow the OCO agencies’ partnership agreement for offering the sole source order to SBA.
  • Are limited to $4.5 million in accordance with FAR 19.805-1(a)(2);
    • Except for 8(a) concerns owned by an Indian Tribe (Tribal Owned) or an Alaska Native Corporation (ANC) (reference FAR 19.805-1(b)(2)), which have a sole source order limit of $25 million in accordance with FAR 19.808-1.
    • DoD only:
      • DoD may also issue sole source orders to 8(a) Native Hawaiian Organizations (NHO) (reference 13 CFR 124.506(b)(2)).
      • DFARS 219.808-1 increases sole source order limit to $100 million for ANC/Tribal Owned/NHO 8(a) concerns.

Sole source (direct) OASIS+ 8(a) task orders to ANC/Tribal owned/NHO 8(a) concerns

Sole source task orders solicited and awarded to ANC/Tribal owned/NHO 8(a) concerns under the OASIS+ 8(a) contract shall adhere to the following:

  • Notwithstanding the OASIS+ 8(a) IDIQ contract was awarded competitively, 13 CFR 124.506 (b)(1) and (2)’s “…if SBA has not accepted the requirement into the 8(a) BD program as a competitive procurement…” only applies to an order level requirement and may not be used as a rationale to prohibit allowing orders to ANC/Tribal/NHO 8(a) concerns on a sole source (direct) order basis above the FAR 19.805-1(a)(2) $4.5 million threshold.
  • An OASIS+ 8(a) order requirement that was initially solicited on a competitive basis may not be removed from competition and subsequently awarded to an ANC/Tribal/NHO 8(a) concern on a sole source (direct) order basis.

Obtain a Delegation of Procurement Authority

Mark your calendars.

Attention procurement staff! OASIS+ DPA training registration is now open. Visit the Events and Training page to secure your spot.

A delegation of procurement authority (DPA) is a written authority to issue an order under the master contract; it clearly outlines the roles and responsibilities between the GSA OASIS+ contracting officer and the ordering contracting officer. The first requirement to solicit, evaluate, and award task orders under OASIS+ is that the Contracting Officer (CO) must obtain a DPA to become a “delegated” OCO.

When is a DPA required?

You need a DPA:

  • If you are a contracting officer (CO) who plans to solicit, evaluate, award, and modify task orders against the OASIS+ contracts.

Obtaining a DPA Is the first requirement a CO must meet to solicit, evaluate, award, and modify task orders under OASIS+. A CO must obtain a DPA from an OASIS+ CO to become a “delegated” OCO. The task order OCO is the sole and exclusive government official with authority to solicit, evaluate, award, administer, and/or modify a task order under the master contract.

DPA training is strongly encouraged for any staff (Program Manager, Contract Specialist, Finance, Interns, etc.) interested in and/or administering an OASIS+ requirement. The training is required for any staff to post a solicitation in Symphony; however, only a warranted CO may obtain the DPA.

You do not need a DPA:

  • To conduct market research into the OASIS+ program or to use the task order solicitation system (Symphony) to conduct market research, which includes issuing RFIs.

  • If you are an OASIS+ Contract Section G.2.2.1 Ordering Contracting Officer, Contractor employee*.

*In accordance with OASIS+ Contract Section G.2.2.1 Ordering Contracting Officer, Contractor employees are authorized under FAR subpart 51.1 Contractor Use of Government Supply Sources to use OASIS+ and are considered OCOs and are not required to obtain a DPA as their authority is granted to them by a Federal Government CO administering an applicable contract (e.g., a Federally Funded Research and Development Center or FFRDC). In order to authorize a Contractor employee under FAR subpart 51.1 to use OASIS+, the Federal Government CO granting authority shall first obtain an OASIS+ DPA.

How do you get a DPA?

To obtain an OASIS+ DPA, a warranted CO (appointed according to FAR 1.603) or an official authorized to obligate funds for the agency must:

  1. Be a warranted Contracting Officer as defined in FAR 2.101 Definitions.

  2. Attend a DPA training.

    DPA training has been developed and registration is open: visit our Events and Training page to register for upcoming virtual trainings. Ongoing training will be continuously available in live-virtual and in-person formats; we will also have on-demand training available in the future.

    Visit the OASIS+ Interact Community for related program updates.

  3. Review the corresponding Delegation of Procurement Authority Ordering Guide for OASIS+.

  4. Submit documentation.

    Provide the CO warrant number and DPA training completion certificate to OASIS+ DPA training at oasisplusDPA@gsa.gov.

  5. Request a DPA.

    The DPA request form is under development. Please continue to check this page or the OASIS+ Interact Community for updates.

    GSA will review your request, and you will receive a confirmation of the DPA via email within two business days. If you get a warrant after receiving training, you can request a DPA by emailing oasisplusDPA@gsa.gov.

    Note: DPA requestors must provide a .gov or .mil email address. If you do not have a .gov or .mil work email address, please contact the OASIS+ Contracting Officer at oasisplusDPA@gsa.gov for assistance in requesting a DPA.

You have a DPA, now what?

Once a CO receives a DPA, the individual is officially identified as an OCO. An OCO has the authority to award, administer, and modify task orders against the OASIS+ contracts. COs that do not have DPAs may not award task orders under OASIS+.

DPAs are issued to individuals; not to agencies. DPAs may be revoked at the discretion of the OASIS+ Contracting Officer(s). There is no limit on DPAs issued per agency, and individuals may repeat DPA training as often as they prefer.

Support developing solicitations

We’re here to help you properly navigate the OASIS+ contract vehicle by providing complimentary scope reviews of your requirement. Below are additional resources to aid in that process:

Pricing and wage rates

The following information is related to researching contract features — specifically, those that focus on pricing and wage rates.

OASIS+ pricing

OASIS+ pricing is not allowed to be released to the public; however, the pricing will be available to OCO’s who hold a DPA. Pricing (ceiling rates) will be located within the task order solicitation system, which is the Symphony Procurement Suite or Symphony, and is not for public sharing or release. Symphony is referred to as the OASIS+ submission portal (OSP) in the OASIS+ RFPs and master contracts. The non-published OASIS+ ceiling rates apply only to sole source Time and Material (T&M)/Labor Hour (LH) orders and no other order type. OASIS+ pricing reflects ceiling rates based upon the highest qualified employees within a given labor category, working in the highest paid area within CONUS, on a highly complex requirement, excluding secret/top secret/secret compartmented information and OCONUS work. It is recommended that this pricing only be used in conjunction with other proposal analysis techniques at FAR 15.404-1 to ensure that the final agreed-to-price is fair and reasonable.

Pricing is determined fair and reasonable based on competition at the order level, and negotiation of pricing is highly encouraged at the task order level.

We offer a Pricing Intelligence Suite with multiple pricing resources including the contract awarded labor category plus tools (CALC+).

Construction wage rate requirements

Any requirement whose principal purpose, as determined by the OCO, falls under the scope of FAR part 36 — Construction and Architect-Engineer Contracts, is not within the scope of OASIS+. When ancillary labor for construction, alteration and repair are included as ancillary support services within the scope of a task order for a total, integrated solution, construction wage rate requirements must be implemented in accordance with FAR subpart 22.4 and other regulatory supplements, as applicable. The OCO must identify such work in the task order solicitation and make a determination as to whether wage determinations are to be applied.

The master contract includes a list of clauses and/or provisions at Section I.1.2 that flow down to the task order level when construction, alteration, and repairs are within the scope of the task order. The OCO must incorporate any additional appropriate clauses and provisions in each task order solicitation and subsequent award when construction, alteration, and repairs are within the scope of the master contract and task order requirement. When applicable, the OCO must incorporate wage determinations subject to construction wage rate requirements in the task order award.

Travel pricing (all order types)

Travel may be required to support the OASIS+ task order requirements. For those task orders requiring travel, the contractor must include estimated travel requirements in the task order proposal as required by the OCO. All travel must be in accordance with the FTR (as applicable) and all lodging must be at or below allowable, published lodging rates for the respective locality, unless an exception applies. The contractor is required to ensure good stewardship of travel funds, and must seek rates lower than the approved FTR lodging rates whenever possible.

For CAF considerations for travel, refer to Contract access fee; CAF is applied to travel.

Outside the continental United States

The Department of State Standardized Regulations (DSSR) is the controlling regulations for allowances and benefits available to all U.S. government civilians assigned to foreign areas. OCOs are authorized to select a foreign area pricing approach consistent with the DSSR tailored to their order requirements.

If a task order request for proposal (TORFP) includes foreign area work and the OCO has not identified a preferred foreign area pricing approach, contractors may include a foreign area pricing approach consistent with the DSSR in their response to a TORFP. OCOs will determine if the approach results in a fair and reasonable price in accordance with the DSSR, FAR subpart 15.4, Contract Pricing, and FAR part 16, Types of Contracts as applicable. Upon request of the OCO, the contractor must provide data other than certified cost or pricing data (FAR 15.403-3) to support the task order proposal(s).

Register in Symphony

Symphony is a full lifecycle procurement software as a service (SaaS) that allows government organizations to manage complex contracts. It ensures organizations are purchasing according to fair opportunity laws and rules, and provides users increased transparency and integrity at both the master contract level and task order level. It is home to the OASIS+ submission portal, which buyers will use to issue, manage, and award task orders.

How to register

Additional resources

Resource Description
Symphony Task Order System - How to register Provides instructions for how to register with Symphony.
Symphony - The task order tool that works for you Video tutorial that gives an overview of Symphony.
Getting started - Frequently Asked Questions Frequently asked questions about Symphony.

Questions about Symphony

Prohibitions

The following information is related to researching contract features – specifically, those that focus on prohibitions.

Scope and services not allowed

OASIS+ task orders must NOT include any of the following:

  • Any requirement for inherently governmental functions as defined in FAR 2.101.
  • Any requirement for personal services as defined in FAR 2.101.
  • Any requirement whose principal purpose — as determined by the OCO — falls under the scope of FAR part 36 — Construction and Architect-Engineer Contracts. This does not preclude use of architects and engineers for services not required to be under FAR part 36 such as construction management, etc.
  • Any requirement whose principal purpose — as determined by the OCO — is in a NAICS code not listed under the corresponding domain solicited.

Prohibited actions against or under OASIS+ contracts

Blanket purchase agreements: No IDIQ or BPA may be issued against any OASIS+ contract.

Agencies may not issue an IDIQ order instrument or BPA against the OASIS+ IDIQ contracts (see Harris IT Services Corporation B-411699,B-411796: Oct 2, 2015). However, considerable flexibility with respect to variable levels of effort and requirements can be achieved through the use of optional CLINs, T&M/LH CLINs, and cost-reimbursement type CLINs (e.g., issuing a not to exceed cost-reimbursement type order with a wide scope that is incrementally funded via “Technical Direction Letters” within the scope of the task order). OCOs seeking further guidance on these flexibilities should request a scope review outlining the desired flexibility.

Small business set asides: No further set-asides may be issued under any OASIS+ contract.

OASIS+ includes five SB contracts: OASIS+ UR, OASIS+ SB, OASIS+ 8(a), OASIS+ WOSB, OASIS+ HUBZone, and OASIS+ SDVOSB that were awarded as 100% small business set-asides. Further setting aside to a subset of small businesses under any OASIS+ contract is prohibited. While small businesses may hold an OASIS+ UR contract, it is explicitly prohibited to issue any small business set-aside task order solicitations under OASIS+ UR. Additionally, for example, it is expressly prohibited to issue an economically disadvantaged women-owned small business set-aside under OASIS+ WOSB.

Prohibited action: No issuance of a task order solicitation to multiple OASIS+ contracts, OASIS+ domains or NAICS codes simultaneously.
An OCO may NOT issue a solicitation to multiple OASIS+ contracts at the same time (e.g., issuing the same solicitation to the OASIS+ UR contract under the Management and Advisory Domain with NAICS code 541611 and the OASIS+ SB contract under the management and advisory domain with NAICS code 541611 simultaneously is prohibited), nor multiple domains at the same time (e.g., issuing the same solicitation to the technical and engineering domain and environmental services domain), nor multiple NAICS codes at the same time (e.g., issuing the same solicitation to NAICS code 541330 and NAICS code 541715).

Prohibited action: No new awards of a task order to a contractor in dormant status. See Working with contractors in dormant status for more information.

Develop and issue task order solicitation

Review solicitation guidance

The Symphony Task Order Management system will walk OCOs through the process of creating and soliciting task orders via the system; Symphony will indicate what information is required versus optional when issuing a solicitation. The system will lead the OCO through the process of selecting a contract, ordering domain, and ordering NAICS, before prompting for the following mandatory information – what is needed for the award:

  • General information

    • Task Order Request for Proposal (RFP) Number (auto-generated from the posting)
    • Solicitation Title
    • Extent of Competition
    • Fair Opportunity Procedures vs Exception to Fair Opportunity
    • Issuing Agency
    • Issuing Bureau
    • Funding Agency (If different from issuing agency)
    • Funding Bureau (If different from issuing bureau)
  • Description of services

    • Description of Services
    • Type of Services
    • Product Service Code
    • Labor Categories and Descriptions
  • Operating constraints

    • Security Clearances
    • Period of Performance
    • Place of Performance
      • OCONUS, CONUS, or both
      • Contractor site, government site, or both
      • Place(s) of performance
        • Country, State, City
    • Type of Contract
  • Contract administration

    • OCO Name
    • OCO Email
    • OCO Phone Number
    • Delivery and Performance Information
    • Invoicing Instructions
  • Instructions and evaluation

    • CLINs
    • Evaluation Factors
    • Basis of Award
  • Clauses

    • Task Order Solicitation Provisions and Clauses

Template for awards issued outside of Symphony

If you use a system outside of Symphony to award the solicitation, you will still need to provide the information in the document below.

Download Template for awards issued outside of Symphony [Word, 4 pages]

Find sample documents

Sample documents and templates are available via search through the links below. Currently, we do not have any templates or samples specific to OASIS+. We will expand the list to include OASIS+-specific templates and samples in the future; check Interact for details.

Review solicitation requirements and considerations

Prohibitions. It is not allowable to solicit the same requirement under two different IDIQs (e.g. issuing a solicitation to OASIS+ UR and OASIS+ WOSB concurrently). Refer to statute 41 USC 3302 (c)(2)(A), which includes the requirement of fair notice with the intent to make the purchase. Additionally, if an OCO solicits from two separate IDIQs, then there is a violation of statute because each Domain under an OASIS+ IDIQ is independent from a Domain under another IDIQ. See also Prohibitions - Prohibited actions against or under OASIS+ contracts.

Pricing and price list requests. OASIS+ has limited pricing (on 20 labor categories) that applies only to noncompetitive/direct award/sole source awards for Time and Materials (T&M) and Labor Hour orders only. The ceiling rates will be available to OCOs/Delegation of Procurement Authority (DPA) holders upon request oasisplusmods@gsa.gov. These rates are not shareable, but may be included in the OCO contract file. Negotiations are always highly encouraged on any government procurement, including OASIS+, including negotiations of pricing. OCOs are required to prove pricing fair and reasonable at the task order level.

“Fair opportunity” notification requirement. Use of Symphony to broadcast the solicitation notice to all qualifying contract holders, under one contract vehicle, within one given Domain and CLIN (NAICS code) satisfies the “fair opportunity” notification requirement. For classified requirements, see Classified task order considerations.

Contractors in dormant status. The OASIS+ master contract(s) terms and conditions provide for contracts to be placed in dormant status, see OASIS+ contract section H.12 Dormant Status. While a contract is in dormant status, contractors are required to continue work on existing task orders, but are not eligible to compete for new task order awards under the contract that is in Dormant Status.

Create the solicitation in Symphony

All task order solicitations are required to be created in Symphony, which uses a forum that is consistent with FAR 16.505. Before you access Symphony, we strongly recommend reviewing the tutorials, guidelines, and requirements — this will save time as you move through the task order solicitation process.

Key Tutorials

Issue the solicitation

An OASIS+ task order solicitation must be issued via the Symphony Procurement Suite. Review performer overview for customers (video) for a step-by-step guide on issuing the solicitation.

Symphony users can:

  • Review contractor information and capabilities;
  • Create/release a Request for Information (RFI);
  • Create/release a Request for Proposal (RFP)/solicitation;
  • Create RFI and RFP amendments;
  • Conduct Questions and Answers and monitor responses;
  • Receive offer proposals;
  • Report task order award information.

Use of Symphony to broadcast the solicitation notice to all qualifying contract holders, under one contract vehicle, within one given Domain and CLIN (NAICS code) satisfies the “fair opportunity” notification requirement. For classified requirements, see Classified task order considerations.

Off-ramping contractors or working with contractors in dormant status

After a contract has been developed and issued, it is important to review who’s bidding on your contract; some contractors may be off-ramped or in dormant status, in which case they are not eligible to participate in your solicitation.

OASIS+ Off-Ramping

GSA reserves the unilateral right to off-ramp non-performing contractors. Off-ramping methods may result from conditions such as:

  • Debarment, suspension, or ineligibility as defined in FAR subpart 9.4;
  • Termination as defined in FAR part 49;
  • Failure to meet the standards of performance, deliverables, or compliances;
  • Failure to accept or conform to program-wide terms and/or conditions; and/or
  • Taking any other action which may not be permitted under the master contract’s terms and conditions.

The OASIS+ CO may off-ramp the contractor by not exercising the option, terminating the contract, or canceling the contract. Contract cancellation may occur at any time and for any reason by either the OASIS+ contractor or the government.

Contractors in Dormant Status

If the OASIS+ CO determines that any requirements of the OASIS+ contracts are not being met, the Contractor may be placed into Dormant (inactive) Status. Dormant Status may be activated for any OASIS+ Domain CLIN(s) that a Contractor has been awarded.

If Dormant Status is activated, the Contractor shall not be eligible to participate or compete in any subsequent task order solicitations for any Dormant CLIN(s) while the Contractor is in Dormant Status. However, the Contractor shall continue performance on previously awarded task orders and modifications of those active task orders, including the exercise of options and modifications at the task order level. Additionally, the Contractor remains eligible to accept a logical follow-on to an order previously issued under the Master Contract on a sole-source basis in the interest of economy and efficiency provided that all awardees were given a fair opportunity to be considered for the original order (FAR 16.505(b)(2)(i)(C)). The Contractor must comply with the terms and conditions of the Master Contract and ensure Sections F and G deliverables are received/completed timely.

Dormant status is not a Debarment, Suspension, Cancellation as defined in GSAM/R 552.242-99, or Ineligibility as defined in FAR subpart 9.4 or a Termination as defined in FAR part 49. Grounds for being placed in Dormant Status specifically include, but are not limited to, trends or patterns of behavior associated with the failure to meet the deliverables and compliances specified under Section F.4.

Dormant Status will only be imposed after careful consideration of the situation and collaboration with the Contractor to resolve the issues. The OASIS contracts include Dormant Status details.

Award the task order

Proposal evaluation considerations

OCOs should evaluate proposals based on the methodology stated in the task order solicitation to maintain fairness in the ordering process and mitigate protest risk. The following factors should all be taken into account as part of this process:

Price

The OCO is responsible for analyzing task order proposals and documenting their cost or price analysis to include a determination that the final agreed-upon price is fair and reasonable at the task order level. To the maximum extent practicable, price analysis should be based on competition.

OASIS+ Master Contract Ceiling Rates: Except for sole source T&M/LH orders as detailed in Pricing and wage rates in accordance with FAR 16.505(b)(3), price rates are determined fair and reasonable at the task order level.

Evaluation Factors

In accordance with FAR 16.505(b)(1)(ii), “The contracting officer may exercise broad discretion in developing appropriate order placement procedures. The contracting officer should keep submission requirements to a minimum. Contracting officers may use streamlined procedures, including oral presentations.”

The source selection procedures in FAR Part 15.3 do not apply when using the procedures of FAR 16.505 Ordering (when providing for fair opportunity). The task order solicitation and award process should be as streamlined as practical to reduce solicitation and proposal preparation costs and time for both the government and contractor.

Task order award considerations

OCOs are required to use Symphony to report award information for any task orders awarded under OASIS+. Symphony task order solicitation methodology information is available at Develop and Issue the solicitation. Symphony will require the reporting of information not collected as part of the solicitation process that is known only upon award of a task order. OCOs accepting proposals via Symphony and issuing award notices via Symphony will benefit from having less information to report than OCO’s who accept proposals and issue awards external to Symphony.

OCOs are requested to verify solicitation information input into Symphony, and correct as needed, prior to reporting any award information. Information required to be reported in Symphony includes:

  • Task order number
  • Awarded contractor’s name
  • Awarded contractor’s Unique Entity Identifier (UEI)
  • Task order award date
  • Period of Performance beginning and estimated ultimate completion dates
  • Initial obligated dollar value
  • Total estimated value
  • Commercial or noncommercial type task order
  • FAR 52.219-14 Limitations on Subcontracting included at the task order level

Public Notice of Awards with Exceptions to Fair Opportunity

For orders based on an exception to fair opportunity, in accordance with FAR 16.505(b)(2)(ii)(D), the OCO must post the required public notice within 14 days after placing the order. If exception (A) (urgency-unacceptable delay) is used, the public notice must be posted within 30 days after placing the order. This posting requirement includes posting the justification approved for the exception at the SAM.gov.

Note the actions excluded from this notice requirement are:

  • Disclosures that would compromise national security, and
  • Socioeconomic set-asides authorized by FAR 16.505(b)(2)(i)(F).

Task Order Level Protests

All protests at the task order level are handled by the agency soliciting the task order. FAR 16.505(a)(10) prohibits protests under FAR 33.1 in connection with the issuance or proposed issuance of task orders against a MAC except for:

  • a protest on the grounds that the Order increases the scope, period of performance, or maximum value of the contract; or

  • a protest on orders valued in excess of $10 million FAR 16.505(a)(10)(i) grants sole authority to GAO only to hear order level protest (no agency level protest, etc.). Protests must be filed in accordance with the procedures at FAR 33.104 to the GAO.

Note: For purposes of determining the applicable dollar value threshold for GAO’s jurisdiction to hear protests in connection with the issuance of a task or delivery order, GAO analyzes the statutory authority (i.e., title 10 or title 41 of the United States Code) under which the IDIQ contract was established, rather than the authority applicable to the agency that issued the task or delivery order. Thus, because OASIS+ is a civilian agency IDIQ contract awarded by GSA, the minimum protest threshold for all orders under OASIS+ is $10M in accordance with as stated in FAR 16.505(a)(10)(i)(B)(1). Reference Matter of Intecon LLC; B-422124.2; April 22, 2024.

NAICS Code Appeals

The OASIS+ NAICS code chosen by the OCO from NAICS codes by domain representing the principal purpose of a task order may be appealed in accordance with FAR 19.103.

Ombudsman

In accordance with GSAM/R 516.505 (b): The GSA Task Order and Delivery Order Ombudsman shall review and resolve complaints from contractors concerning all task and delivery order actions made by GSA.

Complaints regarding task and delivery order actions of other agencies using GSA contract vehicles shall be directed to the ordering agency’s Task Order and Delivery Order Ombudsman. For orders issued by any other ordering activity, refer to the agency specific Ombudsman.

Reporting Task Order Awards in FPDS

Contract actions are reported in the FPDS within three (3) days after execution of the action. It is important that each OASIS+ task order is reported as an order under the respective OASIS+ master contract number. Each OASIS+ contractor may have multiple OASIS+ contract numbers depending on how many IDIQ contracts they were awarded.

Double check that the FPDS report accurately reflects the appropriate values in all fields, in particular those related to award data, fair opportunity procedures used, and number of offers received.

The FPDS system will propagate the NAICS code field in the task order action report with the NAICS code reported for the indefinite delivery vehicle (IDV) contract. Refer to Domains, NAICS codes, scope and labor categories for additional information.

Manage the task order

The OCO should consider the following requirements and factors when managing task orders.

Reassigning task orders for administration

OASIS+ task orders can only be reassigned for administration to the awarding agency’s OCOs who have been issued an OASIS+ DPA. Agencies should plan for workforce turnover and development of qualified OCOs to administer task orders. GSA will work with agencies to expedite training and DPA issuance when personnel turnover is sudden and unexpected.

Quality assurance – contractor surveillance

The OCO is responsible for ensuring contractor performance meets the minimum requirements established in the task order, documenting the order file, and communicating with the contractor to ensure the government is receiving the contracted services.

OASIS+ UR subcontracting plans

Subcontracting plans are incorporated into OASIS+ UR IDIQ contracts awarded to Other Than Small Business concerns, and administered at the master contract level. An OCO may establish small business goals at the order level in accordance with FAR 19.705-1(b)(2). but may NOT establish a new subcontracting plan.

The following subcontracting goals were included in the OASIS+ UR solicitation as a target:

Category Percent of Planned Subcontracted Dollars
Total Small Business 50
Small Disadvantaged Business 7
WOSB 7
HUBZone 3
VOSB 3
SDVOSB 3

Each OASIS+ UR contract has its own unique Subcontracting Plan.

Performance evaluation

Each OCO is responsible for ensuring that the contractors’ performance on each order is reported in the CPARS in accordance with the policies in FAR subpart 42.15. Follow the OCO’s agency procedures for preparation, review, and submission of performance reports.

Task order closeout

Task order files shall be closed out by the OCO in accordance with FAR 4.804 and agency specific policies/guidance. The OCO shall email oasisplusmods@gsa.gov within 30 days after task order closeout to report the task order has been closed out.