
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.

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