Team looking at a document
Resource

OASIS+ (Plus)

OASIS+ will provide federal customers a comprehensive suite of services-based solutions with enhanced competition at the task-order level. The focus will be on professional services including engineering and consulting services. It is positioned to succeed OASIS when its ordering period ends in 2024.

OASIS+ will be 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.

The vehicle type will be a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) and while the duration is “TBD”, it will likely be ~10 years of performance.

All contractors can bid, but a contractor must meet/exceed a qualification threshold as described below to receive an award. The OASIS+ family of contract programs includes the following contract vehicles:

1)    Unrestricted (UR) Contract,
2)    100 percent Small Business (SB) Set-aside Contract
3)    100 percent Woman Owned Small Business (WOSB) Set-aside Contract
4)    100 percent 8(a) Contract
5)    100 percent Service-Disabled Veteran Owned Small Business (SDVOSB) Set-aside Contract, and
6)    100 percent 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 OASIS+ there are eight (8) Domains that offerors can apply for:

1)    Technical & Engineering
2)    Management & Advisory
3)    Facilities
4)    Intelligence
5)    Logistics
6)    Research and Development
7)    Environmental
8)    Enterprise Solutions (Only available to vendors on OASIS+ Unrestricted)

OASIS+ requires the completion of a “qualification matrix” specific to each domain with a minimum credit threshold to win award. Offerors must meet or exceed the designated qualification threshold which encompasses credits related to project experience, applicable 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 several factors including:

  • Relevance to the domain being applied for
  • Scale of the project (annual value or number of Full Time Employees (FTEs) deployed)
  • 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
  • Small business utilization
  • Federal project experience

Contractor business systems
From an approved business systems perspective, offerors under the unrestricted solicitation can 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)
  • Estimating System (anticipated verification method is likely to be approval documentation from DCAA, DCMA or CFA)
  • Earned Value Management System (EVMS) (anticipated verification method is likely to be approval documentation from DCAA, DCMA or CFA)
  • Material Management and Accounting System (anticipated verification method is likely to be approval documentation from DCAA, DCMA or CFA)
  • Property Management System (anticipated verification method is likely to be approval documentation from DCAA, DCMA or CFA)

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+.

GWAC Contract Access Fee (CAF):

  • Still has not been announced (expected to be 0.75%)

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.

Sustainability-related disclosures:

  • OASIS+ will improve on OASIS proposal requirements as one of the first to use Greenhouse Gas (GHG) reporting as a scoring criterion.
  • The draft Request For Proposal (RFP) issued on November 15, 2022, includes credit possibilities for sustainability-related public disclosures of GHG emissions for scopes 1, 2 and 3. 
  • To claim credit in these areas, the potential offeror must provide the location of the public disclosure on its own website or third-party sustainability reporting portal (e.g., internet URL, Carbon Disclosure Project reporting portal), self-attestation that GHG emissions were calculated in accordance with the GHG Protocol Corporate Accounting and Reporting Standard, and/or self-attestation that the science-based reduction target was calculated in accordance with the methodology established by the Science Based Target initiative (SBTi).
  • As a post-award responsibility, OASIS+ contractors will be required to prepare sustainable practices and impact statements as a contract deliverable and prepare a post-award climate change risk management plan 12 months after the issuance of the first task order.

Not yet open.

Final RFP expected in March/April of 2023.

Related sections

CommuniTIES | A Baker Tilly podcast series
Next up

CommuniTIES: a Baker Tilly public sector podcast