OASIS+ (One Acquisition Solution for Integrated Services Plus) is the next generation successor to the legacy OASIS program and provides federal customers with a comprehensive suite of service-based solutions with enhanced competition at the task-order level. Managed by the General Services Administration (GSA), the focus of this contract vehicle is to provide a streamlined way to buy complex professional services across multiple service categories known as Domains.
OASIS+ is a Tier 3 Best-in-Class (BIC) Contract, meaning the contract exhibits certain preferred characteristics on the tiered ratings scale the Office of Management and Budget uses to evaluate agency spend. Multiple contract types (e.g., Fixed Price, Cost Plus Fixed Fee, Cost Plus Award Fee, Cost Reimbursement, Time & Materials and Labor Hour) are included in this contract vehicle across both commercial and non-commercial items.
OASIS+ is a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) vehicle with a 10-year ordering period made up of a 5-year base period and one 5-year option period.
All contractors can bid, but a contractor must meet/exceed a qualification threshold as described below to receive award. The OASIS+ family of contract programs includes the following contract vehicles:
- Unrestricted (UR) Contract
- Total Small Business (SB) Set-aside Contract
- Woman Owned Small Business (WOSB) Set-aside Contract
- 8(a) Contract
- Service-Disabled Veteran Owned Small Business (SDVOSB) Set-aside Contract, and
- Historically Underutilized Business Zone (HUBZone) Small Business Set-aside Contract.
Offerors must bid using a self-scoring methodology (through a “credit” based approach) to win a seat on OASIS+. Under the original Phase I OASIS+ solicitations there were eight (8) Domains that offerors can apply for; however, the total number of Domains is set to increase to thirteen (13) with Phase II:
- Technical & Engineering
- Management & Advisory
- Facilities
- Intelligence
- Logistics
- Research and Development
- Environmental
- Enterprise Solutions
- Business Administration (New to Phase II)
- Financial Services (New to Phase II)
- Human Capital (New to Phase II)
- Marketing and Public Relations (New to Phase II)
- Social Services (New to Phase II)
OASIS+ requires the completion of a “qualification matrix” specific to each Domain with a minimum credit threshold to win an award. Offerors must meet or exceed the designated qualification threshold which encompasses credits related to project experience, applicable contractor business systems and certifications. For example, under the OASIS+ Unrestricted solicitation, there is a 42 out of 50 credit minimum necessary to qualify for the Technical & Engineering Domain.
Relevant experience
Relevant experience is given credit for a number of factors including (but not limited to):
- Relevance to the domain being applied for (can be deemed automatic by NAICS or PSC code or demonstrated by a project verification form)
- Scale of the project (exceeding a defined average annual value or number of Full Time Employees (FTEs) deployed threshold)
- Integrated experience (performance spans numerous labor categories or functional areas)
- Management & staffing (performance required management of personnel with security clearances, numerous subcontractors and/or required surge support)
- Past performance (CPARS or past performance questionnaires)
- Small business utilization
- Federal prime project experience
Contractor business systems and rates
From an approved business systems perspective, offerors under the unrestricted solicitation have the ability to claim credits for:
- Adequate Accounting System (requiring verification from DCAA, DCMA or any Cognizant Federal Agency)
- Forward Pricing Rate Agreements, Forward Pricing Rate Recommendations, Provisional Billing Rates or Other Approved Billing Rates (requiring verification from current verification from DCAA, DCMA or any CFA of FPRA, FPRR, approved PBR or other approved billing rates that have been audited or reviewed and determined acceptable for generating estimates of costs and other data included in proposals submitted to customers)
- Approved Purchasing System (requiring verification from DCMA or any CFA)
- Acceptable Estimating System (requiring verification from DCAA, DCMA or CFA)
- Acceptable Earned Value Management System (EVMS) (requiring verification method from DCMA or CFA)
- Acceptable Material Management and Accounting System (requiring verification from DCMA or CFA)
- Adequate Property Management System (requiring verification from DCMA or CFA)
Clearances and certifications
Depending on the solicitation and Domain, offerors can also claim scoring credit for clearances and active certifications, including:
- Secret, Top Secret, or higher Government Facility Clearance
- Capability Maturity Model Integration (CMMI-DEV or CMMI-SVC)
- ISO 27001:2013 or ISO 27001:2022 (Information Security)
- ISO 9001:2015 (Quality Management)
- ISO 22301 (Business Continuity)
- ISO 21508 (Earned Value Management)
- ISO 28001:2007 (Supply Chain)
- ISO 14001:2015 (Environment Management)
- NSF/ANSI 391.1 Certification (General Sustainability Assessment for Professional Services)
Contract ceiling
- There is no maximum dollar ceiling amount for the master contract or for each individual task order. An unlimited number of task orders may be placed for the term of OASIS+
Contract Access Fee (CAF)
- A 0.15% CAF is applied to the total task order value
Cybersecurity and supplier governance
- OASIS+ demonstrates an increased focus from GSA on supply chain risk management (SCRM) and cyber security standards
- OASIS+ requires annual submission of a Cybersecurity Supply Chain Risk Management (C-SCRM) Plan and the submission of a C-SCRM questionnaire as part of proposal submission
- GSA has provided a C-SCRM Plan template to offerors that requires focused attention as attestations will be made to GSA based on the offeror’s C-SCRM posture
Cost/price
- Cost/price submissions are mandatory requirements to be eligible for award
- OASIS+ pricing is based on predefined labor categories and ceiling rates set by GSA, but actual task order pricing is determined by competition
- The ceiling rates reflect the highest qualified employees in the highest-paid CONUS areas working on complex requirements
- Ceiling rates apply only to sole-source Time & Materials (T&M) or Labor Hour (LH) orders
- No public rate list like GSA Multiple Award Schedule contracts
While initial Phase I proposal submission closed on October 20, 2023, GSA recently announced on December 4, 2025 that the OASIS+ solicitations will re-open for Phase II on-ramping in early FY26 and will be continuously open across all six solicitations to receive proposal offers consistent with the original strategy. Prospective vendors who did not submit applications during the initial phase of OASIS+ proposal submissions will now have a chance to get onto this popular vehicle. With the Phase II announcement, GSA also announced five new service Domains bringing the total OASIS+ Domains to 13. GSA plans to publish a pre-amendment notice on SAM.gov tentatively on December 16, 2025 to release the draft scorecards for all Domains. GSA is planning to open for Phase II on or about January 12, 2026.

