top of page
inner-bg.png

OASIS+

Overview

One Acquisition Solution for Integrated Services Plus (OASIS+) is a suite of governmentwide, multi-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 (DPA).  American Cyber passed a rigorous evaluation for past performance, financial stability, and technical capability. This ensures government buyers that American Cyber is a high-quality vendor. 

image.png
American Cyber Services

American Cyber supports a wide range of professional services and has been awarded the following domains:

  • Management & Advisory Services

    • Encompasses a broad range of management and consulting services aimed at improving federal agency performance, aiding in mission goal achievement, and providing operational advice on administrative and management issues.

  • Technical & Engineering Services

    • Covers engineering, geoscience, and other technical professional skills required to address specific operational conditions and problems, including the application of physical laws and principles in design and development.

  • Research & Development Services

    • Includes support for basic and applied research, as well as experimental development in various scientific and technological fields.

  • Intelligence Services

    • Provides organizational and technological capabilities to enhance situational awareness and command and control strategies within defense and intelligence environments.

  • Logistics Services

    • Encompasses planning and execution of the movement and support of forces, including transportation, supply chain management, and distribution services.

 

Contract Advantages

Government-Wide Access

OASIS+ is available for use by all federal agencies, including DoD, civilian agencies, and some authorized international entities. This enables streamlined acquisition without requiring new contract vehicles.

Best-in-Class (BIC) Designation

OASIS+ is anticipated to receive or continue with the Best-in-Class (BIC) designation from the Office of Management and Budget (OMB), indicating:

  • Rigorous vetting for performance and cost-effectiveness

  • Support for government-wide category management

  • Increased confidence in achieving socio-economic goals

Uncapped Ceiling & No Task Order Limitations

Unlike other IDIQs, OASIS+:

  • Has no program ceiling which means agencies can obligate significant dollars without restrictions.

  • Has no limits on task order size, meaning both small and large dollar value requirements are permitted.

This provides unmatched flexibility for high-value, long-term projects.

Streamlined Acquisition & Reduced Lead Time

With pre-vetted contractors and standardized terms:

  • Agencies can issue task orders faster using streamlined processes.

  • OASIS+ allows for various ordering procedures (e.g., fair opportunity, set-asides).

  • Supports all contract types: FFP, T&M, cost-reimbursement, hybrids.Socioeconomic Set-Aside Pools

OASIS+ includes small business, 8(a), SDVOSB, WOSB, and HUBZone pools, enabling:

  • Direct competition within socioeconomic categories

  • Strategic goals for agencies in meeting their small business participation targets

Flexibility Across Domains and NAICS Codes

Rather than being constrained to specific NAICS codes, OASIS+ covers multiple domains across services and allows contractors to qualify under functional domains instead of rigid industry codes. This allows:

  • Greater adaptability to evolving mission requirements

  • Contractor participation based on capability, not NAICS classification

Transparency and Data-Driven Oversight

GSA's centralized management allows:

  • Standardized reporting

  • Increased transparency on spending, performance, and participation metrics

  • Data-backed decisions on strategic sourcing and policy compliance

More Information:

Woman Owned Small Business (WOSB) Contract Number: 47QRCA25DW011

Period of Performance: 6/12/2025 - 6/11/2030

Small Business (SB) Contract Number: 47QRCA25DS637

Period of Performance: 12/19/2024 - 12/18/2029

SAM UEI: Z9YUSNGQNAA6

bottom of page