An official website of the United States government
Here’s how you know
Official websites use .gov
A .gov website belongs to an official government organization in the United States.
Secure .gov websites use HTTPS
A lock
( )
or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.
Important Notice: This buyers guidance and resources page is provided for historical reference only, as the OASIS program has officially ended.
To initiate a legacy OASIS Delegation of Procurement Authority (DPA) for modifying and administering an active OASIS task order, please follow the steps below:
Sign and return to oasisdpa@gsa.gov with the subject line “OASIS DPA Self- Certification Submission.”
Please note that CLPS and DPAs for legacy OASIS will no longer be issued. The OASIS program has concluded, and DPAs, which were previously required to award a task order, are no longer needed. Contracting officers can now self-certify to administer task orders, streamlining the process for task order management. For questions, contact us at oasisdpa@gsa.gov.
You can now place orders directly from OASIS+. For more details and to access the necessary tools to streamline your procurement processes, visit the OASIS+ website.
The GSA OASIS Tier 3, Best-in-Class (BIC) solutions make procuring complex professional services expedient by maximizing streamlined acquisition processes. The following resources are designed to help buyers use the OASIS suite of contracts.
Two ways to access OASIS:
Direct Acquisition - GSA issues a Delegation of Procurement Authority to the customer agency Ordering Contracting Officer (OCO) who performs the acquisition.
Assisted Acquisition - GSA performs the acquisition on behalf of the customer agency and provides post-award support, as negotiated with the customer. An Inter-Agency Agreement is required.
Ordering guide and order checklist
The OASIS Master Contract and OASIS SB Master Contract will help your agency acquire professional services for integrated solutions more efficiently and economically.
8(a) Program Update: Please be informed that the 8(a) Sole Source Limitations at FAR 19.805-1(a)(2) has increased from $4.0M to $4.5M and FAR 19.808-1(a) has increased from $22M to $25M by way of FAC 2021-01.
An SBA program that helps provide a level playing field for small businesses owned by socially and economically disadvantaged people or entities that meet the following eligibility requirements:
Be a small business.
Not already have participated in the 8(a) program.
Be at least 51 percent owned and controlled by U.S. citizens who are economically and socially disadvantaged.
Be owned by someone whose personal net worth, average adjusted gross income for three years, and total assets meet the program eligibility guidelines.
Have the owner manage day-to-day operations and also make long-term decisions.
Have all its principals demonstrate good character.
Show potential for success and be able to perform successfully on contracts.
See Title 13 Part 124 of the Code of Federal Regulations for more information.
All codes/exceptions in a pool share a common small business (SB) size standard.
Agencies can solicit task order proposals from contractors holding awards in the pool with the NAICS code that matches the agency’s requirement.
OASIS labor category crosswalk table
The core disciplines/scopes of the contracts include:
The labor categories are aligned with occupations, as outlined in the Office of Management and Budget’s (OMB) Standard Occupational Classification (SOC) system.
OASIS offers more meaningful proposed rate comparisons at the Task Order level (apples to apples)
104 OASIS LCATs (individual and groups priced at the master contract level)
127 OMB SOC occupations, and
1,000 typical industry job titles
The remaining 840 SOC occupations can be added and priced at the task order level as ‘ancillary labor’
The OASIS Labor Category Crosswalk Table [XLSX - 80 KB] compares Industry’s functional job descriptions and specific the Office of Management and Budget (OMB) Standard Occupational Classification (SOC) system occupational descriptions. In this table, you will find more than a thousand industry job titles with suggested SOC occupation and OASIS LCAT matches.
Product service code crosswalk
The OASIS Table of PSC codes by OASIS pool number [XLSX - 67 KB] is excerpted from Federal Procurement Data System-Next Generation (FPDS-NG) and only includes those in scope. Select the link to search for your Pool number and the various possible PSC Codes that may apply. (Note: The white drop down arrows on the table will streamline the process.)
Note: Ordering Contracting Officers (OCOs) are required to identify, in each task order solicitation, the PSC that represents the principal nature of the work, and report these PSCs in FPDS-NG.
OASIS contracts core scopes
The core disciplines/scopes of the contracts include:
OASIS Unrestricted is a Full and Open contract whereas OASIS Small Business is a 100 percent Small Business Set-Aside contract (FAR 19.502) with the ability to do Socio-Economic Set-Asides (FAR 19.8 thru FAR 19.15) at the task order level. The OASIS 8(a) SubPools were developed to provide the 8(a) community expanded access to the OASIS Best-in-Class contract program while creating more options for federal agencies to meet their 8(a) business development program goals through both competitive 8(a) set-asides and 8(a) directed task order awards.
OASIS Unrestricted and OASIS Small Business are a family of 7 separate Governmentwide Multiple Award, Indefinite Delivery, Indefinite Quantity (MA-IDIQ) task order contracts that span 28 NAICS Codes and 6 NAICS Code Exceptions under the economic subsector 541 - Professional, Scientific, and Technical Services.
OASIS contract end dates:
Unrestricted: March 1, 2025 (Note: extended on August 25, 2023, in accordance with FAR 52.217-8 Option to Extend Services (NOV1999) as permitted by the contract at Section I.4.6.)
Small Business: December 19, 2024
8(a): December 19, 2024
In accordance with FAR 52.216-22, Indefinite Quantity, paragraph (d), any task order issued during the active period of performance of the master contracts may proceed up to five years following the expiration of the contract ordering period. (Eg., a task order issued on the last day of the IDIQ’s active period of performance may be issued for a base and four option periods, and all option periods can be exercised per the Ordering Contracting Officer’s (OCO) determination).
The OASIS contracts have different start dates, due to onramps that followed the initial awards; therefore, we aren’t publishing the start date of the contracts. If you need to know a specific contract’s start date, please contact the OASIS Program Office at oasis@gsa.gov.
OASIS contracts
Below are copies of the OASIS Unrestricted, OASIS Small Business Contracts, and OASIS Small Business 8(a) Subpool Contracts:
Below is a list of agencies that have signed a Memorandum of Understanding to use the OASIS contracts and the related reduced Contract Assessment Fee (CAF) rate percentages.
*Effective January 1, 2024, the CAF is 0.10%. This revised and reduced CAF applies to all new task order awards, as well as previously awarded task orders, with an effective date no later than January 1, 2024. Note: The CAF for all DHS task orders awarded in FY23 at the rate of 0.0% will be increased to 0.10%. This increase will go into effect when the next task order option period is exercised. Contact oasismods@gsa.gov and use DHS CAF in the subject line with questions.
*(CMMS is a Bureau within The Department of Health and Human Services (HHS)).
0.50%
OASIS Dashboard
The OASIS Program created a tool that takes its data to the next level. OASIS stakeholders can now view and segment OASIS information to make better program and business decisions. For more information, launch the OASIS Dashboard.
With the OASIS Dashboard, you have the ability to:
Explore OASIS and OASIS SB data by federal agency and industry partner; and
Build customized reports and download them to your computer.
Notice to Users: GSA strives to comply with Section 508 of the Rehabilitation Act of 1973. Some of the dashboard content presented through .swf files may not be completely accessible to users of assisted technology. If you experience technical issues, please contact BIEDW Support.
Agency customers are encouraged to reach out to the National Customer Service Center about FAS Sales Reporting, TDR training, user manuals and general customer inquiries.
Traveler reimbursement is based on the location of the work activities and not the accommodations,
unless lodging is not available at the work activity, then the agency may authorize the rate where
lodging is obtained.
Unless otherwise specified, the per diem locality is defined as "all locations within, or entirely
surrounded by, the corporate limits of the key city, including independent entities located within
those boundaries."
Per diem localities with county definitions shall include"all locations within, or entirely
surrounded by, the corporate limits of the key city as well as the boundaries of the listed counties,
including independent entities located within the boundaries of the key city and the listed counties
(unless otherwise listed separately)."
When a military installation or Government - related facility(whether or not specifically named) is
located partially within more than one city or county boundary, the applicable per diem rate for the
entire installation or facility is the higher of the rates which apply to the cities and / or counties,
even though part(s) of such activities may be located outside the defined per diem locality.