Buying Guide: Best DACs & Headphone Amps of 2025!

Author: Adelaide

May. 26, 2025

Buying Guide: Best DACs & Headphone Amps of !

has come to a close, and the last year saw the introduction of several new, and in many cases extremely appealing options in the source gear market. In some categories and price ranges, there are products which have stood the test of time and remain one of the best options amongst their competitors, but others have seen new entrants come in and make it quite difficult indeed to argue against going for the shiny new offerings. Especially when additional features such as built-in EQ capability are becoming more and more prevalent! So as we head into , I’ll be going through my picks for DACs, Amps, and Combo units at four different price ranges and why if you’re looking for a new piece of source gear, you should be looking at them too!

If you are looking for more details, kindly visit Fuxin Intelligent.

DACs

Entry Level (<$300) - iFi Zen DAC Signature V2

The iFi Zen DAC is one that stands out amongst the competition thanks to taking a slightly different approach to design and voicing than what is found in most other products in its price range.

Whilst there are other DACs which from an objective standpoint DO outperform the Zen DAC V2, having lower distortion and higher dynamic range, the Zen DAC V2 utilises a Texas-Instruments Burr-Brown DAC chip, and has a slightly warmer, and in my opinion simply more enjoyable sound than that of most of the ESS and AKM based alternatives at this price.

It does give up a tiny amount of sheer technical capability and resolution in comparison to some competitors such as the Topping L70, but more than makes up for it in the more natural overall presentation it provides.

Combining this with a sleek, single piece chassis, built-in volume control (which can also be bypassed to allow full control of the volume via an external amplifier), and both single-ended and balanced outputs, the Zen-DAC V2 offers a substantial upgrade from onboard audio and a toe-tappingly natural sound signature.

Mid-Tier ($300-$) - Eversolo DMP-A6

It would be nearly impossible not to give the Eversolo DMP-A6 this spot, simply due to the wealth of features and capabilities it offers that simply are not found on other products without having to shell out considerably more of your hard-earned cash!

The DMP-A6 is not just a DAC, but a Roon-Ready streamer, Music Server, and listening station with built in support for Tidal Connect, Spotify Connect, Apple Airplay and various other options, all controlled either with a mobile app for IOS and Android, or the absolutely gorgeous display.

Since reviewing the DMP-A6 (watch the video here!), I’ve often kept the unit in my setup simply for the absolutely stunning display. When playing via Roon or local files, the album art and playback progress of your current track is displayed, with an optional and customizable visualiser in the background to boot.

Both objectively and subjectively the DMP-A6 offers impressive results. It isn’t quite on par with its sibling the Eversolo DAC-Z8, which has been my pick for a sub-$ DAC in terms of pure sound quality for some time now, and therefore listeners who are wanting to prioritise the absolute best possible sound they can get for their money may want to look at that instead.

However, for those that are happy for a still truly excellent sound and find the tradeoff of perhaps a few percent difference in absolute quality for the benefit of inbuilt streaming, a gorgeous album art display, and of course; built-in EQ! Then the Eversolo DMP-A6 will be right at home on your desk.

High-End ($-) - Ferrum WANDLA

Before I get into this, it’s important for transparency to note that I do have a collaboration edition of the WANDLA available, so please feel free to read this section with the level of skepticism you deem appropriate.

However, the reason I was so keen to embark on this project with Ferrum, and why I praised the WANDLA in my review before the collaboration project even begun, was because it is for many reasons, simply an absolutely brilliant DAC and one that offers design aspects which put it a cut above the rest when it comes to both sound quality, and features.

There are plenty of other products utilising flagship ESS DAC chips, but Ferrum’s design has some secret sauce design features which put it in a higher tier of both objective performance, and resulting sound quality versus many other options.

The first is in regards to their current-to-voltage conversion stage. Ferrum did not just design an I/V stage that measured well, or picked the design that measured the best, they instead iterated through designs until they had several which all measured excellently, and then selected the final design and made final tweaks based on listening tests and subjective decision. The result is a DAC that has truly impressive technical capability, with a more natural and realistic presentation than any other ESS DAC I have heard thus far.

Additionally, Ferrum designed the ‘SERCE’ module, which provides quite substantial compute resources, and allowed them to collaborate with the man behind the HQPlayer upsampling tool to implement a PCM oversampling filter that outperforms almost all DACs on the market besides those from Chord Electronics.

If you do opt for the GoldenSound edition either at purchase or a later upgrade, this does push us slightly above the $ limit, but you’ll likely find this worth the extra cost thanks to the three additional features you get in return:

“Impact+”, which enables a customised EQ to bass content in your music, to improve not just bass quantity, but the actual sense of impact and ‘punch’, all computed with 64 bit precision! “Tube Mode”, which changes the way in which the DAC itself operates to cause it to intentionally produce higher levels of harmonic distortion, but only 2nd order harmonic distortion. This causes the DAC to more closely emulate the sound of a tube pre-amplifier. And “Spatial Enhancement”, which is the killer feature of this device. This was only possible thanks to the compute power available in SERCE, and is a new approach to expanding the soundstage and spatial presentation of your music in a manner that produces a far more realistic result than traditional crossfeed.

Compact, mighty, and at the moment the reference DAC I use for both reviewing and my own personal listening in my headphone setup, the WANDLA is a seriously impressive device.

Summit-Fi (>$) - Holo Audio May

Click here to visit the product page for the Holo May

The Holo Audio May is a non-oversampling R2R DAC with a number of enticing aspects, and is to this day my favourite DAC of all that I’ve heard, beating many even at considerably higher price points, and it is the one I use in my reference speaker system.

It is objectively the best performing discrete R2R DAC, and not just by a small margin either. Whilst many competing R2R DACs hover around the -100dB THD+N mark, the May gets all the way down to -118dB and achieves a whopping -140dB of true dynamic range to boot!

Not only does it impress objectively, but subjectively this DAC offers absolutely class leading resolution, and simply the best and most convincing vocal and instrument timbre I’ve heard in a digital product.

There are some downsides, such as the sheer physical size of this unit. This is definitely better suited to life in a hifi rack than on a desk, and it also pulls a considerable amount of power at a constant 50W. Perhaps the biggest drawback of this DAC though is that whilst you CAN enable internal oversampling, the internal oversampling is what I’d call ‘mediocre’ and does not meet the quality even of filters offered internally on any modern ESS or AKM DAC.

This is somewhat intentional though, with the designer arguing that if you’re using a DAC of this tier, you should either be running it non-oversampling, which provides quite a unique presentation and one that many really enjoy particularly for more acoustic genres such as classical and jazz. Or that if you do prefer oversampling, you should be using the best possible oversampling, which is exactly why this DAC supports twice the input sample rate of the majority of other DACs on the market at a whopping 1.536Mhz. This allows you to use a tool such as Signalyst HQPlayer, PGGB, or the Chord MScaler to combine the most accurate PCM reconstruction with the most accurate discrete R2R DAC money can buy. No further digital manipulation or delta-sigma modulation, and the result honestly is stunning.

For those that prefer to listen to content in DSD, either from native DSD sources or upsampling to DSD with the modulators in both HQPlayer and PGGB that outperform the internal modulators of commercial delta-sigma DACs, the May also has a separate discrete DSD converter that supports rates up to DSD.

With the caveat that you may need to be willing to use a separate oversampling tool such as Roon, Audirvana, HQPlayer or PGGB, the Holo May truly is the best sounding DAC I’ve heard to date.

Headphone Amps

Entry Level (<$300) - Schiit Midgard

Click here to visit the product page for the Schiit Midgard

Schiit is a company that is uniquely transparent about not just their beliefs about how products ‘should’ be designed, even going so far as to actively explain why they dislike certain approaches such as entirely opamp based headphone amplifiers but still sell them themselves. (That ‘heresy’ name wasn’t just a funky sounding title!)

But they also are one of very few companies that offer fully discrete designs at exceedingly low prices, and the Midgard is exactly that. A 6W, fully discrete headphone amplifier, using a feedback approach that factors in distortion produced by the headphone driver itself in addition to the amplifier, to attempt to reduce distortion in ways a typical amplifier would not.

In our own measurements, we didn’t find that this particular aspect really did anything to that effect, but it was still otherwise an excellently performing device objectively, and one that I was extremely impressed with subjectively.

With a slightly warmer sound than what you get from most nested-feedback, opamp based designs, but without giving up technical performance and detail to achieve that, the Midgard powered everything I threw at it with ease, and left me struggling to find things I could point to as in need of improvement.

An all round excellent performer, and one that I found considerably more enjoyable to listen to than almost anything else at this price, in this range the Midgard is a standout option.

Mid-Tier ($300-$) - Singxer SA-1 V2

The Singxer SA-1 is an amplifier that holds a special place in my heart, and is something I’ve personally recommended to friends and folks online ever since I first heard it.

Similar to the Midgard, and unlike the majority of products under $, the SA-1 forgoes the use of IC opamps in favour of a fully discrete class AB design.

With 6W @ 32 Ohms, the SA-1 has no trouble powering almost any headphones on the market, but also achieves one of the highest SNR ratings at 50mV of 93dB, making it one of the most ideal choices for IEM users who require a whisper quiet noise floor.

But for me what I loved about the SA-1 was the complete and utter lack of harshness or glare in its presentation. I tend to find that many opamp based amplifiers have a fatigue inducing sharpness to their sound. This is something which some amplifiers do avoid, but do so by being generally softer and less resolving. The SA-1 meanwhile retains a level of detail that goes toe to toe with options like the Topping A90 and even the considerably more expensive Ferrum OOR, but avoids leaning toward a more coloured, warm sound to attempt to hide any harshness in the resulting sound. It sits right in the middle and in my opinion is one of the most truly transparent sounding amplifiers available. One that I recommend to many because once you have this, there truly is no need, perhaps even no benefit to upgrading unless you’re willing to spend nearly an order of magnitude more on your device.

Singxer hit it out of the park with this one, and under $, there’s no other amplifier that impressed me more.

High-End ($-) - Holo Bliss

Click here to visit the product page for the Holo Bliss

If the Singxer SA-1 had a big brother, this would be it. And by big, I do mean big….

Coming in at over 10kg and 43cm wide, this is one you’ll want to make sure you have space for before hitting purchase, especially since stacking other devices on top of it isn’t recommended due to the amount of heat this device kicks out. But what do you get for all that space and power consumption? You get a fully discrete, full class-A amplifier which can crank out 12W @ 32 Ohms, multiple sets of selectable XLR and RCA inputs, a selectable preamp output, a massively over-specced linear power supply, high and low output impedance options to tweak the frequency response of your headphones, and simply grin-inducing performance.

With THD+N of 118dB even when pumping out buckets of power, and a unique relay controlled volume adjustment that not only attenuates the signal as normal, but also adjusts the gain of the amplifier itself at several stages to maximise dynamic range at all levels. It allows the Bliss to achieve 91dB SNR at 50mV, making it an absolute powerhouse of an amplifier for the most demanding headphones, whilst outperforming the vast majority of the market in keeping a whisper quiet noise floor for IEMs.

The sound of this amplifier blew me away, especially with more demanding headphones like the Hifiman Susvara. Able to deliver seriously impressive levels of macrodynamic impact and what many would describe as ‘grip’ on the drivers for deep subbass control, it just felt as though this amplifier was shrugging off anything you asked it to do as ‘easy’.

Whilst still extremely close to neutral, the Bliss has a very slight sweetness to the upper treble that gives it an ever so slightly warm leaning sound signature. Not as warm as options from the likes of Burson for instance, but also just enough that I wouldn’t describe it as a truly ‘neutral’ amplifier.

This hint of warmth to its signature does not at all mean it gives anything up in technical performance In fact, this is exactly why I adored it. With every headphone I ran on it, the level of detail retrieval was beaten only by a select few amplifiers such as the Zahl HM1 or MassKobo 465, both of which come in at prices matching that of many used cars.

The Bliss also delivers a holographic spatial presentation that reminded me in many ways of what you might expect from many tube amps, whilst retaining top tier solid state levels of incisiveness and subbass ‘grip’.

If you have the space on your desk or in your rack, the Bliss would be my personal pick for an ‘endgame’ amplifier.

Summit-Fi (>$) - Zahl HM1

As we get deep into the realm of ‘price no object’ amplifiers, one product in my opinion stands out as truly exhibiting everything you could possibly want and more, regardless of how much it might cost to achieve it.

The Zahl HM1 has some unique features not found on almost any other amplifier that have been an immense benefit to my own listening enjoyment, and ones that having owned the HM1 myself for a few years now, I’d struggle to live without.

Firstly, it offers two sets of analog inputs, each of which can be enabled or disabled, and have their volume controlled independently. This means I can do things such as directly AB’ing between two different DACs, or having one DAC connected to my PC to allow me to chat with friends in a call, whilst another DAC or even a vinyl turntable if you have one feeds your music to the second input.

There are also built in analog EQ controls, ones which measurably outperform the dedicated analog EQ devices which I’ve seen measured from other manufacturers, and this is likely no surprise given as the man behind the HM1; Michael Zahl, is most well known for his high end mixing consoles used by the likes of Nils Frahm, The Chemical Brothers and Aphex Twin.

Some of the features from his console and modules have made their way onto the HM1 as well, such as the stereo-base adjustment which uses analog domain mid/side processing (not crossfeed!) to increase or decrease the stereo width of any mix and allow you to tweak the level of spaciousness in your music to taste. I found that having this on the ‘+1’ setting was an outright improvement for almost all music when listening on headphones. Oh…and did I mention that all of the EQ and stereo-base adjustment features can be enabled or completely bypassed independently on each input too?

The HM1 is to put it simply, one of the two best solid state amplifiers I’ve had the pleasure of listening to. Being matched only by the MassKobo 465. Never have I heard an amplifier that was as utterly transparent, endlessly technically capable, and yet had none of the drawbacks in terms of leaning into being a tad ‘bright’ that I would otherwise expect from an amplifier delivering such incredible levels of detail.

But there is also one feature that means the HM1 is in some ways “two amps in one box”, which is the ability to run it as a full Class-A amplifier with feedback correction, or to run it as a completely feedback-free amplifier.

The HM1 without feedback objectively performs better than any other zero-feedback amplifier I’m aware of, not just in outright THD but also in how consistently it behaves when current output increases.

Disabling the feedback gives you a sound signature that unlike the “I can’t tell if this is an amp or a cable” level of transparency offered by the Class A+Servo mode, instead gives just a small hint of warmth to the sound. Enough to satisfy that desire that springs up now and then when I’m wanting to listen to music in a more relaxed mood or setting, but not so much that I could describe it as making the amplifier sound ‘coloured’ in presentation or leave me wanting to turn it back to feedback enabled after a few tracks. I find myself listening to the amplifier with each of these options about equally as each option suits a different mood.

I could write at any length about this amplifier because every aspect of it, from the sound, to the features, to the obsessive level of care that every aspect of its design exhibits, is simply in a class of its own. Even small things like the fact that parts for this amplifier are heavily binned, meaning only the top few % of a batch of capacitors for instance actually ends up being put into a unit. Or the fact that there are entirely separate power supplies for each channel, AND another just for the logic circuitry.

Being limited to only 50 units worldwide per year, and with an eye-watering pricetag, it’s one that few will be fortunate enough to own. But if you are in the position to get ahold of an HM1, it is currently where my amplifier journey has led me to and I’ve yet to hear anything else that tempted me away from it.

DAC/Amp Combo Units

Entry Level (<$300) - Questyle M15i

The Questyle M15 has been DMS’ go-to device for trying out headphones at shows such as CanJam and Munich high-end. And in fact the only reason it’s not my go-to portable device is because I’m already using its bigger brother the CMA18P. Whether you’re looking for a DAC/Amp as an upgrade to onboard audio, or an absolutely excellent performer of a portable device, the M15i packs a lot of performance into a small package.

Offering both balanced 4.4 and single ended 3.5mm outputs, with a milled metal chassis that also features a glass window to peek at the neatly laid out internals, this is a dongle that provides sound quality rivalling that of many desktop units in a far more compact form factor. Being USB powered, it is a little limited in output power, in fact the 32 Ohm output can only go up to around 80mW, but into a 300 Ohm load it can pump out a hearty 4V. So whilst I did find that it may not be the ideal choice for current hungry planar headphones, for those using either dynamic driver headphones or in-ear monitors, the M15 is my favourite sounding dongle device I’ve tried thus far.

There are some alternatives that offer more power, for those wanting to power planar magnetic headphones, Fiio’s KA13 and KA17 will likely be better options, but the inherent sound itself on the M15 is in my opinion superior, offering a more expansive spatial presentation and more convincing timbre to vocals in particular. Earning it my pick for a DAC/Amp combo unit under $300

Mid-Tier ($300-$) - JDS Element IV

Click here to visit the product page for the JDS Element IV

The JDS Element IV is a sleek, and seriously impressive desktop combo.

It has the ability to drive just about anything thanks to its 3W @ 32 Ohm output power capability, and 85dB SNR @ 50mV making it ideal for users of sensitive IEMs too. And backing this up with an impressively neutral tuning and level of technical performance that left me struggling to think of products I’d consider an actual ‘upgrade’ without spending three times as much, it really did leave me in a position where I had to say that under $, there really isn’t much reason to get anything else!

But beyond the impressive build, sound quality, and excellent objective performance too, what really completes this package and earns it this spot on the list is the new EQ functionality offered by the Element IV.

Controlled entirely via a web-panel, with a sleek, responsive UI, you can easily make adjustments to your headphone’s tuning and tweak or correct things to taste. You can even save, share, and import presets from friends via a URL, or from sources such as squiglink or text files.

An excellent DAC, an excellent amp, and features that I really wish were present on more products at any pricepoint, the Element IV is a no-brainer choice if you’re looking for a combo under $.

High-End ($-) - Fiio R9

Fiio has had considerable experience in the portable digital audio player market with their lineup of android based DAPs. And they’ve brought that experience to the desktop market whilst leaving behind the restrictions of portable devices, in order to bring us the R9.

This is an android based desktop DAC/Amp combo featuring a 7.3W @ 32 Ohm headphone amplifier, dual ESSPRO DACs, and a gorgeous display which whilst of course providing gorgeous album art or visualizer displays during playback, also allows you to control the unit to use it as a dedicated player via native android apps such as TIDAL, Spotify or Apple Music, or to stream directly to it via Roon, UPNP, Apple Airplay and more.

The R9 drives all but one or two headphones with ease, and the overall sound is impressively neutral. Perhaps leaning just a hair brighter than neutral at times, but in doing so offering an immensely dynamic, fast and punchy sound that for anything close to modern pop, percussion heavy genres or anything electronic, was toe tappingly engaging.

The combination of features, the level of polish in the OS which comes as a result of Fiio’s experience in producing android based DAPs, and the subjective and objective performance makes this a top notch option for a desktop DAC/Amp combo.

Summit-Fi (>$) - Ferrum WANDLA HP

The original WANDLA was a DAC that impressed me so much I reached out to Ferrum to ask if we could work together to develop the WANDLA GoldenSound Edition.

And recently, Ferrum has taken the existing WANDLA design, and added a new dedicated headphone amplifier to the unit.

I have to be honest, I was not the biggest fan of the Ferrum ERCO V2, and so I was a little unsure what to expect in the WANDLA HP. Having had the chance to compare it at the Warsaw AV show to the ERCO V2 in a setup that allowed me to connect just the DAC portion of the WANDLA and ERCO V2 to the same amplifier, and then try just the WANDLA DAC into the analog amplifiers within the ERCO V2 and WANDLA HP, I was quite impressed to find that not only was the WANDLA a clear and substantial improvement as a DAC from the ERCO V2, but that the amplifier in the WANDLA HP was also quite a substantial improvement from the amplifier in the ERCO V2.

The WANDLA HP keeps everything I adored about the WANDLA as a DAC, in fact the mainboard has not changed other than adding some ports and relays to connect the amplifier daughterboard, but adds an amplifier that is extremely impressive in its own right.

With a continuous output power of 3W @ 32 Ohm, (although it can do more for short durations as music demands) it can quite comfortably power even very demanding planars. I did most of my auditioning using the notoriously difficult to drive Hifiman Susvara, and the sound was absolutely stunning. Beautifully transparent, enough that I’d cautiously say I may even prefer it as an amplifier alone to the Singxer SA-1 V2, and with a ferocious level of grip and authority with more demanding electronic tracks on the Hifiman Susvara, something that I find is the first thing to fall apart on lesser amplifiers.

The WANDLA HP combines one of my all time favourite DACs with a seriously impressive amplifier. Then adds features like the choice between analog and digital volume control, or the spatial enhancement if you opt for the GSE upgrade later, and leaves it as currently the best DAC/Amp combo device I’ve tried.

Buyers' Guide (printable) - GSA

About OASIS+

One Acquisition Solution for Integrated Services Plus or OASIS+, is a suite of governmentwide, multiple-award contracts designed to support federal agencies’ procurement requirements for services-based solutions. This suite of services contracts is available for use by agencies throughout the Federal Government who hold a Delegation of Procurement Authority or DPA.

OASIS+ is a collection of indefinite delivery, indefinite quantity or IDIQ contracts, of which the contract base period is five years with one option period of five years that may extend the cumulative contract ordering period to 10 years. Task orders can be awarded under OASIS+ any time prior to the expiration of the ordering period of the master contracts. Notwithstanding, the OASIS+ IDIQ master contracts (contractor specific) can have different award dates; however, all contracts for each specific MAC have the same contract end dates (e.g., all of the Small Business contracts will end on the same date).

OASIS+ contracts may be used by all federal agencies, including the Department of Defense and Federally Funded Research and Development Centers, or FFRDCs, but are not open to state and local governments at this time.

Orders issued against the OASIS+ contracts are considered Interagency Acquisitions. GSA has specific statutory authority under 40 U.S.C. 501 to purchase supplies and non-personal services on behalf of other agencies. Therefore, the Economy Act does not apply to OASIS+ orders.

A streamlined program with expanded offerings

Under the OASIS+ program, this suite of contracts combines the scope of legacy OASIS, Building Maintenance & Operations, or BMO, and Human Capital & Training Solutions or HCaTS, 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. Each task order placed against OASIS+ will have its own Requiring Activity (agency requesting services) and an Ordering Contracting Officer, or 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, or BIC: a governmentwide designation that satisfies key criteria defined by the Office of Management and Budget.

  • Learn more about contracts
  • Learn more about domains and labor categories

GSA eBuy procurement tool

Upon award of OASIS+ contracts, GSA eBuy will be the required task order solicitation tool. GSA eBuy provides ordering contracting officers and industry partners a centralized portal with real-time, automated responses when solicitations are issued, increasing acquisition efficiency and transparency. In addition, GSA eBuy provides program and contract management tools that mitigate risks associated with fair opportunity by streamlining management and oversight.

For OASIS+ customers, GSA eBuy will provide the capability to:

  • Review awarded vendors
  • Submit RFIs, RFPs and amendments
  • Manage task orders from solicitation to task order award
  • Provide a secure environment to release information only to OASIS+ contract holders

For OASIS+ industry partners, GSA eBuy serves as a single location to receive solicitations providing the capability to:

  • View solicitations/RFIs/RFPs released via GSA eBuy all in one place
  • Maintain/update POC for automated notifications
  • Respond to RFIs/RFPs and MRAS requests
  • Submit proposals securely and directly to the buying agency
  • Receive automated notifications
  • Act as a repository for historical solicitation documents going forward

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

  • Resources for a full list of trainings

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 IDIQ contracts for the next generation of professional services solutions, that will be flexible enough to meet federal customers’ increasingly complex requirements.

OASIS+ is flexible, easy to use, and allows ordering activities to solicit and/or award orders in a streamlined, high quality manner. The benefits of OASIS+ include:

  • Task orders that may be:
    • Awarded against six different IDIQ contracts that have no contract ceiling or cap on awards;
    • For work performed inside the Continental United States and/or outside Continental United States locations;
    • For complex commercial or non-commercial services;
    • For any contract type, including hybrid mix and structures of Contract Line Item Number or CLIN types tailored to individual task order requirements;
  • Open on-ramping; after the initial phase of awards, the solicitation for OASIS+ will remain continuously open, allowing potential industry partners to obtain OASIS+ contracts at any time as long as they qualify;
  • Flexible/expandable Domain-based structure; ability to add Domains based on government need;
  • A cumulative ordering period of 10 years;
  • Technology-based ordering and market research tools;
  • Access to an industrial base of highly qualified contractors;
  • Ancillary services and Other Direct Costs or ODCs defined as integral and necessary to complete a total integrated solution under a requirement are within the scope of the master contract;
  • Access to transactional data and data analytics for spend analysis and market research;
  • Save time without having to complete the following, which have already been completed at the OASIS+ master contract level;
    • FAR subpart 9.1 responsibility determinations;
    • General Services Administration Manual/Regulation (GSAM/R) 505.303-70 congressional notifications; however, the ordering agency specific policies will still be applicable/required.

OASIS+ will:

  • Fulfill federal agencies’ non-IT services requirements through highly qualified contractors and a simpler buying experience.
  • 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 five years + one five year option period)
  • Open on-ramping after initial awards
  • Price evaluation at the contract level
  • Task order solicitation through a single platform, GSA eBuy

Learn more about how OASIS+ compares to legacy OASIS

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.

NAICS codes: The North American Industry Classification System or 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 requirements; and within the continental United States and outside the continental United States. All OASIS+ task orders must be within scope of the respective OASIS+ IDIQ contract for which it is awarded, provided the Ordering Contracting Officer or 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 principal-purpose NAICS code outside one of the OASIS+ NAICS codes, the requirement is not within scope of OASIS+.

Domains
 

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

Technical and Engineering 

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

Research and Development 

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

Intelligence Services 

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

View NAICS codes for the INTEL domain

Environmental

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, 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

Facilities 

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

Logistics 

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

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 § (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.

Scope for Information Technology & Non-Information Technology

What’s in scope / out of scope

Information Technology or 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, this includes equipment used by the agency directly or 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 under OASIS+ and may be included 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 § (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.

The company is the world’s best electronic manipulators supplier. We are your one-stop shop for all needs. Our staff are highly-specialized and will help you find the product you need.

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 , 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

Determining the appropriate primary NAICS code

OASIS+ domains contain multiple NAICS codes. Federal Acquisition Regulation 19.102 requires the Ordering Contracting Officer, or 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 Federal Procurement Data System, or 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 Contract Line Item Numbers 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+ Contracting Officer 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 () 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

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: X: 1=SB; 2=8(a); 3=HUBZone; 4=SDVOSB; 5=WOSB; 6=UR

CLINNAICS code and titleSize standardX Administrative Management and General Management Consulting Services$24.5 MillionX Human Resources Consulting Services$29.0 MillionX Marketing Consulting Services$19.0 MillionX Process, Physical Distribution, and Logistics Consulting Services$20.0 MillionX Other Management Consulting Services$19.0 MillionX Environmental Consulting Services$19.0 MillionX Other Scientific and Technical Consulting Services$19.0 MillionX All Other Professional, Scientific and Technical Services$19.5 Million

Technical & Engineering

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 § (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: X: 1=SB; 2=8(a); 3=HUBZone; 4=SDVOSB; 5=WOSB; 6=UR

CLINNAICS code and titleSize standardX Ship Building and Repairing1,300 employeesX Other Support Activities for Air Transportation$40.0 MillionX All Other Support Activities for Transportation$25.0 MillionX Architectural Services$12.5 MillionX Engineering Services$25.5 MillionX (Exception 1) Military and Aerospace Equipment and Military Weapons$47.0 MillionX (Exception 2) Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy Act of $47.0 MillionX (Exception 3) Marine Engineering and Naval Architecture$47.0 MillionX Building Inspection Services$11.5 MillionX Geophysical Surveying and Mapping Services$28.5 MillionX Surveying and Mapping (except Geophysical) Services$19.0 MillionX Testing Laboratories$19.0 MillionX Administrative Management and General Management Consulting Services$24.5 MillionX Other Scientific and Technical Consulting Services$19.0 MillionX All Other Professional, Scientific and Technical Services$19.5 MillionX Flight Training$34.0 Million

Research & Development

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: X: 1=SB; 2=8(a); 3=HUBZone; 4=SDVOSB; 5=WOSB; 6=UR

CLINNAICS code and titleSize standardX Engineering Services$25.5 MillionX (Exception 1) Military and Aerospace Equipment and Military Weapons$47.0 MillionX (Exception 2) Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy Act of $47.0 MillionX (Exception 3) Marine Engineering and Naval Architecture$47.0 MillionX Testing Laboratories$19.0 MillionX Administrative Management and General Management Consulting Services$24.5 MillionX Other Scientific and Technical Consulting Services$19.0 MillionX Research and Technology in Nanotechnology1,000 employeesX Research and Technology in Biotechnology (except Nanobiotechnology)1,000 employeesX Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)1,000 employeesX (Exception 1) Aircraft, Aircraft Engine and Engine Parts1,500 employeesX (Exception 2) Other Aircraft Parts and Auxiliary Equipment1,250 employeesX (Exception 3) Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts1,300 employeesX Research and Development in the Social Sciences and Humanities$28.0 MillionX All Other Professional, Scientific and Technical Services$19.5 MillionX Medical Laboratories$41.5 Million

Intelligence Services
 

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 § (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: X: 1=SB; 2=8(a); 3=HUBZone; 4=SDVOSB; 5=WOSB; 6=UR

CLINNAICS code and titleSize standardX Engineering Services$25.5 MillionX (Exception 1) Military and Aerospace Equipment and Military Weapons$47.0 MillionX (Exception 2) Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy Act of $47.0 MillionX (Exception 3) Marine Engineering and Naval Architecture$47.0 MillionX Administrative Management and General Management Consulting Services$24.5 MillionX Process, Physical Distribution and Logistics Consulting Services$20.0 MillionX Other Management Consulting Services$19.0 MillionX Other Scientific and Technical Consulting Services$19.0 MillionX Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)1,000 employeesX (Exception 1) Aircraft, Aircraft Engine and Engine Parts1,500 employeesX (Exception 2) Other Aircraft Parts and Auxiliary Equipment1,250 employeesX (Exception 3) Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts1,300 employeesX Research and Development in the Social Sciences and Humanities$28.0 MillionX All Other Professional, Scientific and Technical Services$19.5 MillionX All Other Business Support Services$21.5 MillionX Investigation Services$25.0 Million

Environmental

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, 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 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)
  • 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 management & monitoring
  • Environmental remediation
  • Environmental risk assessment
  • Environmental toxicology
  • Forest land fire management planning
  • Geographical information systems (GIS) support
  • Hazardous material management, planning, disposal & remediation
  • 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
  • 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: X: 1=SB; 2=8(a); 3=HUBZone; 4=SDVOSB; 5=WOSB; 6=UR

CLINNAICS code and titleSize standardX Engineering Services$25.5 MillionX Geophysical Surveying and Mapping Services$28.5 MillionX Testing Laboratories$19.0 MillionX Environmental Consulting Services$19.0 MillionX Other Scientific and Technical Consulting Services$19.0 MillionX All Other Professional, Scientific and Technical Services$19.5 MillionX Facilities Support Services$47.0 MillionX Hazardous Waste Collection$47.0 MillionX Hazardous Waste Treatment and Disposal$47.0 MillionX Remediation Services$25.0 MillionX (Exception) Environmental Remediation Services1,000 employees

Facilities

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: X: 1=SB; 2=8(a); 3=HUBZone; 4=SDVOSB; 5=WOSB; 6=UR

CLINNAICS code and titleSize standardX Roofing Contractors$19.0 MillionX Electrical Contractors and Other Wiring Installation Contractors$19.0 MillionX Plumbing, Heating, and Air Conditioning Contractors$19.0 MillionX Other Building Equipment Contractors$22.0 MillionX Painting and Wall Covering Contractors$19.0 MillionX All Other Specialty Trade Contractors$19.0 MillionX All Other Transit and Ground Passenger transportation$19.0 MillionX Other Support Activities for Air Transportation$40.0 MillionX Other Support Activities for Road Transportation$18.0 MillionX All Other Support Activities for Transportation$25.0 MillionX Residential Property Managers$12.5 MillionX Nonresidential Property Managers$19.5 MillionX Landscape Architectural Services$9.0 MillionX Engineering Services$25.5 MillionX Building Inspection Services$11.5 MillionX Administrative Management and General Management Consulting Services$24.5 MillionX Process, Physical Distribution and Logistics Consulting Services$20.0 MillionX Other Scientific and Technical Consulting Services$19.0 MillionX All Other Professional, Scientific and Technical Services$19.5 MillionX Facilities Support Services$47.0 MillionX Security Systems Services (except Locksmiths)$25.0 MillionX Exterminating and Pest Control Services$17.5 MillionX Janitorial Services$22.0 MillionX Landscaping Services$9.5 MillionX All Other Support Services$16.5 MillionX Solid Waste Collection$47.0 MillionX Hazardous Waste Collection$47.0 MillionX Hazardous Waste Treatment and Disposal$47.0 MillionX Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance$12.5 Million

Logistics

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
  • 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: X: 1=SB; 2=8(a); 3=HUBZone; 4=SDVOSB; 5=WOSB; 6=UR

CLINNAICS code and titleSize standardX Ship Building and Repairing1,300 employeesX Nonscheduled Chartered Passenger Air Transportation1,500 employeesX Special Needs Transportation$19.0 MillionX All Other Transit and Ground Passenger Transportation$19.0 MillionX Air Traffic Control$40.0 MillionX Other Support Activities for Air Transportation$40.0 MillionX All Other Support Activities for Transportation$25.0 MillionX Couriers and Express Delivery Services1,500 employeesX General Warehousing and Storage$34.0 MillionX Refrigerated Warehousing and Storage$36.5 MillionX Other Warehousing and Storage$36.5 MillionX Engineering Services$25.5 MillionX Process, Physical Distribution and Logistics Consulting Services$20.0 MillionX Other Scientific and Technical Consulting Services$19.0 MillionX All Other Professional, Scientific and Technical Services$19.5 MillionX Facilities Support Services$47.0 MillionX Specialized Automotive Repair$9.0 MillionX Automotive Body, Paint and Interior Repair and Maintenance$9.0 MillionX All Other Automotive Repair and Maintenance$10.0 Million

Enterprise Solutions (UR Only)

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 § (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 Ship Building and Repairing1,300 employees Engineering Services$25.5 Million (Exception 1) Military and Aerospace Equipment and Military Weapons$47.0 Million (Exception 2) Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy Act of $47.0 Million (Exception 3) Marine Engineering and Naval Architecture$47.0 Million Administrative Management and General Management Consulting Services$24.5 Million Process, Physical Distribution, and Logistics Consulting Services$20.0 Million Environmental Consulting Services$19.0 Million Other Scientific and Technical Consulting Services$19.0 Million Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)1,000 employees (Exception 1) Aircraft, Aircraft Engine and Engine Parts1,500 employees (Exception 2) Other Aircraft Parts and Auxiliary Equipment1,250 employees (Exception 3) Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts1,300 employees All Other Professional, Scientific and Technical Services$19.5 Million Facilities Support Services$47.0 Million Remediation Services$25.0 Million (Exception) Environmental Remediation Services1,000 employees

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+.

Only one Domain and one NAICS code under one contract family must be selected.

OASIS+ Domains each contain multiple NAICS codes. FAR 19.102 requires the OCO to determine the appropriate NAICS code and assign one NAICS code and corresponding OASIS+ size standard in all solicitations and task orders. FAR 19.102(b)(1) requires that the NAICS code assigned describes the principal purpose of the service being acquired. The tables on the NAICS code by domain page identify the OASIS+ Domains and NAICS codes with their corresponding size standards.

Note: In accordance with regulation, OCOs must select the task order NAICS code based upon the work to be performed and not based upon the applicable size standard or program office supported. Apparent discrepancies will be brought to the OCO’s attention. If the Domain/NAICS code selection is deemed inappropriate, the OASIS+ Contracting Officer(s) may rescind the OCO’s OASIS+ Delegation of Procurement Authority.

Each OASIS+ CLIN under each OASIS+ contract and Domain represents a specific NAICS code. Accordingly, the fair opportunity pool for each task order includes only the contractors that were awarded an OASIS+ contract and CLIN, applicable to the task order solicitation’s contract vehicle, Domain, and NAICS code.

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 [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 SCLS are within the scope of the task order, wage rate requirements shall be implemented in accordance with FAR subpart 22.10 and other applicable regulatory supplements. The OCO shall 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 SCLS-applicable task orders. The OCO shall incorporate any additional appropriate clauses and provisions in each task order solicitation and subsequent award when service contract labor standards apply. When applicable, the OCO shall incorporate wage determinations subject to wage rate requirements in the task order 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-, 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-, 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, statement of work, and dollar value. The Attachment J-5, OASIS+ Task Order Clause and Provision Matrix, applies to task orders as applicable.

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.

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, or 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:

  • FAR subpart 16.2 fixed-price contracts
  • FAR subpart 16.3 cost-reimbursement contracts
  • FAR subpart 16.4 incentive contracts
  • FAR 16.601 time-and-materials
  • FAR 16.602 labor-hour contracts

Task orders may also incorporate FAR subpart 17.1 Multi-year Contracting and FAR subpart 17.2 Options. However, Service Contract Labor Standards, or 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, or 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.

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, or 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

OASIS+ has a five year base period of performance with one option period of five years that may extend the cumulative term of the contract to 10 years in accordance with FAR 52.217-9, Option to Extend the Term of the Contract, if exercised by the OASIS+ CO(s). The master contract also includes FAR 52.217-8, Option to Extend Services, which may extend this period up to an additional six months, if exercised by the OASIS+ CO(s). Each OASIS+ master contract family has a unique ordering period of performance end date.

The period of performance for each task order awarded under the master contract shall be specified in the task order by the ordering agency. Task orders must be solicited and awarded prior to the master contract’s term expiring and may extend up to five years and six months (which includes the extension at FAR 52.217-8 clause, if applicable) after the term’s expiration.

Task order option periods may be exercised after the contract term expires as long as the final task order option period does not extend the cumulative term of the task order beyond five years and six months after the OASIS+ contract ordering term ends.

After the contract ordering term expires, the master contract terms and conditions will be actively administered by the government and the contractor until the contractor’s final task order is closed out. Therefore, the master contract terms and conditions shall remain in effect with respect to all active task orders until the last task order is closed out.

Contract access fee

Our 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 itemCostCLIN Labor$100.00CLIN Material$50.00CLIN Travel$50.00Subtotal$200.00CLIN CAF (0.15% of subtotal)$0.30Total 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 (eBuy); 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 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 that an award has been made (a copy of the task order is not required to be attached to the ) and include Task Order Number, Commercial / Non-commercial, Total Period of Performance, Number of Option Periods, Award Amount, Total Contract Value, Domain / NAICS, Ordering Official Name & and the total amount of CAF applicable to the task order.

AbilityOne considerations

The OASIS+ Program fully supports the subcontracting with AbilityOne contractors, where the services are included on the AbilityOne Procurement List.

In accordance with FAR 8.005, the OCO shall, “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 supplies are anticipated to be supplied for use 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.

Under DoD 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 ).

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 Ordering Contracting Officers, or OCOs, who hold an OASIS+ DPA. The non-published OASIS+ ceiling rates apply only to sole source Time and Material, or T&M/Labor Hour, or 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 or 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.

OCOs should their request to , to include the contractor’s proposed rates for sole-source T&M or LH task orders only. GSA will compare the proposed rates to the contract ceiling rates for that contractor and respond to the OCO whether the proposed rates are below or above the ceiling, but will not provide the actual contract ceiling rates to customers.

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.

GSA offers 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 Federal Travel Regulation, 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 or 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 or 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).

Develop and issue task order solicitation

Solicitation considerations

The OCO must consider the Task Order Solicitation Template (link provided below) and must create the task order solicitation within eBuy, consistent with FAR 16.505 ordering procedures. In addition to the information required by FAR 16.505(a)(7), the following information is required to be provided within eBuy:

  • OASIS+ Contract Program
  • OASIS+ Domain and Master Contract CLIN/NAICS Code
  • DPA Acknowledgement
  • Title
  • Solicitation Number from Solicitation Standard Form (Reference #/uPIID)
  • Description (Include a detailed description of services required, and any evaluation criteria.)
  • Solicitation Closing Date and Time
  • Delivery (Number of days After Receipt of Order (ARO))
  • Period of Performance
  • Attach Documents
  • Solicitation
  • PWS/SoW/SOO
  • Task Order Contract Line Items (optional in eBuy, but must be included in the Solicitation Document)
  • Shipping Address (automatically populated with Ordering Activity’s information)
  • Primary Type of Contract*
  • Primary Type of Services (Non-Commercial or Commercial)*
  • Acknowledgement that Limitations on Subcontracting are included at task order level*
  • Award Method*
  • Total Estimated Contract Value*
  • Place of Performance*

*Forthcoming updates to eBuy will require input of this information

Task Order Solicitation Template

Upon filling out the following template, delete all instructional information in blue and any sections that do not apply. Also, this template format is not mandatory; however, the minimum information herein is necessary for a proper solicitation under OASIS+.

Download the OASIS+ Task Order Solicitation Template [DOCX - 93 KB]

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.

  • Find Samples and Templates - Search Buy.gsa.gov for specific documents.
  • eBuy Open - Find existing document templates and samples.

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 (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 . 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 eBuy 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.

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 eBuy to report award information for any task orders awarded under OASIS+.

eBuy is currently being configured to require the reporting of information not collected as part of the solicitation process that is known only upon award of a task order. OCOs will be notified of the task order award information required to be reported in eBuy when this functionality is available.

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-.2; April 22, .

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.

Contact us to discuss your requirements of electronic stamping robots. Our experienced sales team can help you identify the options that best suit your needs.

38

0

Comments

Please Join Us to post.

0/2000

All Comments ( 0 )

Guest Posts

If you are interested in sending in a Guest Blogger Submission,welcome to write for us!

Your Name: (required)

Your Email: (required)

Subject:

Your Message: (required)