Skip to main content

Official websites use .gov
A .gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS
A lock ( ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

How OASIS+ compares to legacy OASIS

The OASIS+ 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, 2025.
  • 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.
Last updated: April 11, 2024