Welcome to the Irrigation Valve Buying Guide!
Xingyu supply professional and honest service.
The purpose of this guide is to explain what valves are used for, why they are important, how they work, who needs them, and finally, how to choose a valve.
What are valves used for?
Irrigation Valves are used to create various watering zones in an irrigation system. This separation allows for different watering devices to be encompassed in a single system. By the opening and closing of a valve, each zone in your irrigation system can be watered according to the needs of that zone (such as pressure requirements or limitations, watering frequency or duration).
(Pictured: RainBird DV/DVF Series Valves)
Why are valves important?
Valves allow for one system to be split into various zones. Why is this necessary? Not all zones in an irrigation system should be watered the same. Some zones may require devices with higher pressure, while other zones may require very low pressure.
Additionally, a water source can only provide so much water at once. Often times in larger systems, the water source cannot supply the volume of water needed to water the entire system at once. By creating zones, this ensures the water source is not over taxed, and that each watering device is receiving the flow rate required for optimal performance. (To check the flow rate of your water source, here is our flow rate calculator).
Different zones can also be programmed to have longer durations or more frequent watering times, depending on the needs of each zone. Below are examples of areas that should be in separate watering zones for various reasons:
Lawns and shrubs
Sunny and Shady areas
Spray heads and Rotors
Drip Irrigation and sprinklers
(Pictured: RainBird Nozzle)
How valves work:
When idle, water flows into the inlet and fills the bonnet chamber above the diaphragm. The pressure from the water holds the diaphragm in place, keeping the valve shut.
First, an electrical signal is sent from the controller to the valve solenoid. The solenoid coil becomes an electromagnet, and pulls the plunger up into the solenoid, which allows the water in the bonnet chamber to flow through the outlet of the valve, decreasing the pressure above the diaphragm.
Now that the pressure above the diaphragm is decreased due to the water flowing out, the water from the inlet can then rise high enough to push the diaphragm up, which opens the valve, allowing continuous water flow through it.
Once the flow of electricity to the solenoid stops, the plunger drops inside the solenoid and the water stops flowing in the solenoid dump port.
After the bonnet chamber water pressure above the diaphragm becomes high enough to offset the water pressure below the diaphragm, the valve closes.
(Pictured: RainBird DV/DVF Series Valve)
Who needs a valve?
Valves are typically used with systems that incorporate a manifold and a controller. Controllers and manifolds are not normally used in applications with hose bibbs as the water source. If you will be zoning your system using a controller and manifold, you will need valves in order to operate each zone.
It is also important to note that devices, such as backflow preventers, filters, and pressure regulators are not designed for constant pressure, and are recommended to be installed after the valves, to relieve the constant pressure.
How to choose a valve:
In order to choose a valve best suited for your system, you will need to understand the various types of valves and their different features. Here are the factors to consider when choosing a valve; the power source, type of valve, the features offered, materials it is made from, size of the valve, and the limitations and capacities of the valve.
Then, with this information, you will want to gather the system requirements of your system and each zone (flow rate required for each zone, as well as the PSI) in order to choose a valve that will be compatible with all watering devices and their specific needs.
Power Source:
There are two operation types when choosing valves, manual and automatic. Automatic valves come in two options; Alternating Current (AC) and Direct Current (DC).
Today, the most commonly used sprinkler control valves are electric powered, using 24 volt alternating current (VAC) solenoid valves. These electric solenoid valves are turned on and off by an irrigation controller, which eliminates the need for you to constantly open and close a valve manually. Each zone can be programmed individually, allowing for total customization of your irrigation system. Anti-siphon and globe (angle and inline) valve styles are all available as automatic valves.
Most 24 VAC valves and controllers are compatible with each other, however, that being said, if you will be using different manufacturers for your controller and valves, it is always best to double check compatibility with the manufacturer.
The most common exception to this rule are valves operated by controllers that are battery or solar powered (DC). A DC solenoid valve will not work with an AC powered controller, even if they are the same brand or manufacturer.
Caution: Do not confuse battery powered controllers (DC controllers) whose only source of power is their battery, with the AC controllers that have an internal battery to back up their programing in case of a power failure.
DC valves and controllers are a great option when you want to automate a zone and AC power is unavailable in the location. Only DC solenoid valves will be compatible with DC controllers. In some cases, an AC solenoid may be replaced with a compatible DC solenoid to convert a the valve to DC.
Takeaways:
Prior to purchase and installation, we recommend confirming your controller and valve specifications are compatible.
AC controllers and AC valves are compatible, DC controllers and DC valves are compatible. On many valves a DC solenoid may be used to replace an AC solenoid in order to convert a valve from AC to DC.
Types of valves:
There are three basic styles of control valves to choose from. The angle valve, anti-siphon valve and the globe valve.
Angle Valves:
Angle valves are typically buried, and are similar to globe valves in their recommended applications. However, the angle valve is constructed a bit differently. This type of valve features an additional inlet at the base of the valve. This feature creates a 90-degree angle between the inlet and outlet connections. This allows for moderation of pressure, incase a pressure drop occurs within the valve. If pressure fluctuations are prevalent in your system, angle valves are going to be a better choice than standard globe valves.
Anti-siphon Valves:
Anti-siphon valves are designed with a backflow prevention device built into the valve and are available in 3/4” and 1” size. This is important if you are going to use fertilizer or other contaminants in your irrigation system. Backflow prevention is a must, as you do not want any contaminants flowing backward into your drinking water source. Another difference from globe valves is that anti-siphon valves must be installed above ground and at least 6” higher than the highest sprinkler head. The elevation is needed to make sure the backflow prevention feature works correctly.
Globe Valves:
Globe valves are common in commercial landscape systems and are typically buried under ground inside a valve box. Globe valves come in many sizes; however, they are not available with internal backflow preventers. So while globe valves are less expensive than comparable anti-siphon valves you should consider the cost of having to buy a separate backflow preventer when designing your irrigation system, as backflow prevention devices can be expensive, but they are necessary to protect your water source.
Additionally, some municipalities require specific backflow certified devices. It is always a good idea to double check the requirements of your area when setting up an irrigation system.
Specialty Valves (Globe Style):
These are also a form of globe valves, however these speciality valves offer additional features not normally included in valves. This includes push-to-fit valves that make installation easy, and all-in-one valves which feature a pressure regulator and filter as part of the assembly.
Takeaways:
Choosing between an angle, anti-siphon and globe valves comes down to a few choices.
Do you want to bury the valve? If yes, then you would use either an angle or globe valve (you will need a separate backflow prevention device).
Do you have noticeable pressure fluctuations? If yes, then an angle valve may be the best choice.
Do you want backflow prevention at each valve, or will this be installed 6” or more above ground? If yes, then an anti-siphon valve is the clear choice.
It is always a good choice to double check the backflow requirements of your area to ensure you are complying with all municipal requirements.
Features:
All-In-One (Filter + Regulator Combo):
One option to consider are the all-in-one valves that feature a built in filter and pressure regulator. These features are only available in globe valves, and can come in very handy if you want to avoid buying extra filters or pressure regulators for specific zone needs.
An example of this is if you were running sprinklers on the majority of the zones, but needed to filter to a finer mesh and/or reduce and regulate the pressure for a drip zone. Many of the all-in-one valves we carry filter to 200 mesh and regulate the pressure at the valve to 30 PSI or below, making them ideal for most drip systems.
As a note, we always recommend verifying the operating pressures and filtration requirements needed for specific watering devices, as these requirements vary across different devices.
Filter Sentry:
Filter Sentry washes the filter clean with a wiper that slides up and covers the entire screen when the valve opens. Even more, the wiper continues to scrub the filter's upper part during valve operation. Filter Sentries can be added after the valve is installed as well. This feature is ideal for dirty water applications that deal with higher levels of debris.
Flow Control:
Flow control handles are an option on angle, anti-siphon and globe valves. These handles regulate the flow of water through the valve when the valve opens (not to be confused with a manual on/off switch). Typically it is a stem connected to the top of the diaphragm that goes up through the top of the valve to the flow control handle. The flow control handle works by regulating how far the diaphragm opens and allows water to go through when the valve opens.
By reducing the flow of water through the valve, this also reduces the water pressure of that valve’s zone. This may make the difference in your ability to get a valve operating correctly in your irrigation system vs. having to replace the valve.
Flow control can also be used to override the automatic open and close function of the valve if there is an emergency, such as the valve being stuck open. Should that occur, the valve can be manually closed, allowing you time to asses the problem.
To manually operate a valve, turn the solenoid a quarter (¼) turn, counterclockwise. You’ll hear the water start to flow, when you are ready to close the valve, turn it a quarter turn clockwise. You do not need to overtighten the solenoid, you’ll feel it stop. Once the valve is closed you will hear the water stop.
Considering the minimal additional expense to purchase a valve with flow control is money well spent on your irrigation system in the event of a valve that is stuck open or a valve that is causing trouble due to too much water pressure.
Jar-Top:
Jar top valves are globe valves that have eliminated the need for tools when disassembling the valve. These valves feature a threaded bonnet, instead of one that requires screws to hold it in place. Just as you would open a jar by turning it to the left, the same is true for these valves. Hence the name, “Jar-Top”, making it incredibly easy to get into the valve as needed. Closing it up is just as simple, just turn to the right until the threads stop.
Manual Bleed (Internal and External):
Manual bleed features are options on angle, anti-siphon and globe valves. The item description of the valve will indicate if an internal or external (or both) are featured.
The external bleeder screw can be used to manually flush the system of dirt and debris during installation and system start-up. This can be located typically in the center of the flow control handle or on the top of the valve. By opening the manual bleeder screw, it allows the water and debris to evacuate out through that hole.
Internal bleed is used for spray-free manual operation. This operates the valve without allowing water into the valve box; on valves with pressure regulation, this allows the pressure regulator to be adjusted without turning on the valve at the controller first. The internal bleed feature is part of the solenoid. In order to do this, you will have to manually operate the valve using the solenoid.
Push-to-fit:
This feature is offered on the globe valves we carry, and makes setting up your irrigation system significantly easier. Push to fit fittings include: PVC-Lock and Blu-Lock. It is incredibly important to note that PVC-Lock and Blu-lock fittings are proprietary in design.
PVC-lock fittings are only compatible with PVC pipe. Blu-lock fittings are only compatible with Blu-lock Tubing. For your convenience, here is a link to our Blu-lock tubing. For more information on these push-to-fit fittings check out our Blu-Lock and PVC-Lock article.
Reverse Flow:
This feature is available on the globe valves we carry, and it essentially works as a preventative and proactive maintenance device. The preventative part of this feature is typically, (and this is not always true) when a reverse flow valve fails it won’t let the valve turn on. This means there is less risk of flooding and damage from broken valve. When a forward flow (normal flow) valve fails it won’t turn off, which can cause flooding and possible damage.
The proactive part of this device is that with reverse flow valves, usually the diaphragms last a little bit longer than regular valves. This is because the internal construction is different and is designed to relieve pressure and undue stress on the diaphragm, thus giving it a longer life.
One disadvantage to consider with this design is that when you close a reverse flow valve it takes a few seconds longer to shut off.
Slow Close:
A feature to consider if you’re worried about water hammer is a slow closing design. This feature is made to reduce water hammer; resulting in less stress on the system. This is offered in both angle and globe valves.
Here is a list of some of the valves we carry with a slow close feature:
Hydro-Rain HRB Series Commercial Valves
Irritrol 700 Series Valves, Irritrol 200B Series Valves,
RainBird PGA Valves, RainBird Inline Plastic Industrial Irrigation Valves
Takeaways:
If you will be using your valve in a drip system, an all-in-one valve may be a good choice, as it offers features such as filtration and pressure regulation, meaning you do not have to buy an additional filter or pressure regulator for your system.
A filter sentry is a good feature to consider if you have dirty water in your system.
Flow control is a feature that allows for manual operation of the valve, enabling you to decrease flow and thus, pressure, as needed. It is also a helpful feature in troubleshooting a valve.
If you want a valve that is easy to disassemble to service, Jar-top valves are a great choice, as they require no tools.
Manual bleed features are a great idea if a valve will need to be flushed, or if manual operation will need to happen in order to adjust or program the valve without turning on the controller.
Push to fit connections make set-up incredibly easy, but it is also paramount that these connections are used with the compatible tubing or pipe.
Reverse flow valves are a great measure to preserve and protect the longevity of your valves and ultimately your system. One drawback to remember is that they do take a little bit longer to close.
Slow close is a great feature if you are worried about water hammer or stress in your system.
Choosing a material:
Brass vs. Plastic Valves
When a valve is buried underground the reliability of both plastic and brass valves are nearly the same. With the reliability being so similar when buried, price is what drives the majority of sprinkler installers to use plastic valves.
If your valves will be above ground, then you may want to consider a brass valve as the plastic degrades over time when exposed to UV radiation. A fix for this would be to build an enclosure around the plastic valves shielding them from UV rays.
We carry a very large selection of plastic valves. We currently do not carry Brass Valves.
How to pick the right Size of valve?
This is probably the most challenging aspect of choosing a valve. Most people think that if you have 1” PVC pipe in your irrigation system then you need a 1” valve. This is not always the case, and this thinking could get you in trouble down the road.
Automatic valves get a jump start on opening by receiving an electric charge sent from the controller to the solenoid. However, the heavy lifting is done by the water pressure. There has to be enough pressure loss at the valve to allow it to open and close by itself. With that in mind, too much pressure loss will cause the valve to “snap” closed too quickly which will cause the value to wear out quickly; this “snap” when closing can also cause water hammer to occur.
A good rule of thumb to follow is the maximum static pressure loss from the mainline should not exceed of 10% of the static pressure available in the mainline.
Additionally, the valve should either be the same size as the largest pipe or no more than one nominal size smaller.
The size of the automatic valves is determined by the manufacturer’s recommended flow range, together with the pressure loss through the valve at the selected flow. You will need to get the valve manufacturer’s flowchart for the model of valve you plan to use. This information should be on the valve packaging. If you can’t find it on the package, try the valve manufacturer’s website. How do you choose the right size of valve then? You will need to look at the manufacturer's flow chart. You want to to keep the pressure loss below 6 PSI (to avoid “snap” closing).
Please visit the valve item page for each specific pressure loss chart.
Valve Capacities and Limitations:
Lastly, the final factor to consider when choosing a valve is the specific operating conditions and restrictions of the valve. A good rule of thumb when choosing any system components is to check the flow rate capacities and the pressure (PSI) requirements and limitations. All valves require a minimum flow rate and a minimum PSI in order to operate properly.
In addition to the minimum requirements, all valves have limitations and capacities. All valves will list a maximum flow rate and PSI. It is incredibly important to stay within the operating ranges listed; as exceeding any of these limitations can result in damage or failure of the valve, which could lead to possible system damage and flooding.
Please see our chart below for specific manufacturer and model information:
Valve Links:
Manufacturer/ Model
Galcon:
24 VAC Electric Valve w/Flow Control
Irrigation Valve with DC Latching Solenoid
3" DC Valve w/Flow Control
Hunter:
PGV Globe Valves
PGV Jar-Top Valves
ICV Global Valves w/ Filter Sentry
Hydro-Rain:
HRJ Series - Jar Top Valve
HRA Series Anti-Siphon Valve
HRB Series Commercial Valves
HRZ 1" All-In-One Drip Control Zone
PVC-Lock Push to Fit 1" Valve
HRV Series - Reverse Flow Valves
Blu-Lock Push Fit 1" Valve
Rainbird:
DV/DVF Series Inline Valve
Anti-Siphon Residential Valve w/Flow Control
HV Series Inline Sprinkler Valves
Inline Industrial Valve
PGA Inline Residential/ Commercial Valve
Irritrol:
700 Series Valves
TF Valve
TF Valve
205 Series Valve
200B Series Valve
K-Rain:
ProSeries 100 Male Fitting Valve
ProSeries 100 Female Fitting Valve
Pro 150 Valve
Pro 150 Jar Top Valve
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.
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.
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:
For OASIS+ industry partners, GSA eBuy serves as a single location to receive solicitations providing the capability to:
Training is available to help you register, navigate, and use the tool:
For more information, please visit Fluid Control Solutions.
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:
Learn more about how OASIS+ compares to legacy OASIS
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
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+.
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
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
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
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
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
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
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
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:
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.
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.
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.
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.
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.
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.
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:
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 MillionThis 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:
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 MillionThis 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:
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 MillionThis 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:
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 MillionThis 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:
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 employeesServices 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:
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 MillionServices 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:
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 MillionThis 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:
The following information is related to researching contract features that focus on labor.
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.
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+ 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]).
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.
The Contractor may propose OCONUS labor when proposing a total solution; however, the OCO will determine whether circumstances merit the use of OCONUS labor.
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.
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:
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.
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).
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.
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.
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.
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.
The following information is related to researching contract features that focus on task orders.
For OASIS+ task orders, allowable contract types include:
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.
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.
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$200.30The 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:
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 ).
The following information is related to researching contract features — specifically, those that focus on pricing and wage rates.
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+).
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 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.
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).
A delegation of procurement authority, or DPA, is a written authority to issue an order under the master contract; it clearly outlines the roles and responsibilities between the GSA OASIS+ contracting officer and the ordering contracting officer. The first requirement to solicit, evaluate, and award task orders under OASIS+ is that the Contracting Officer, or CO, must obtain an OASIS+ DPA to become a “delegated” OCO.
Obtaining an OASIS+ DPA is the first requirement a CO must meet to procure services under the OASIS+ contract program. A CO must obtain a DPA from an OASIS+ CO to become a “delegated” OCO. The task order OCO is the sole and exclusive government official with authority to solicit, evaluate, award, administer, and/or modify a task order under the master contract.
OASIS+ DPA training is strongly encouraged for any staff (Program Manager, Contract Specialist, Finance, Interns, etc.) interested in and/or administering an OASIS+ requirement. The training is required for any staff to post a solicitation in GSA eBuy; however, only a warranted CO may obtain the OASIS+ DPA. Note that the DPA is not required to conduct market research into the OASIS+ program or to use eBuy to conduct market research, which includes issuing RFIs.
If needed and as determined by the customer agency acquisition team, a contract specialist (CS) who has completed the OASIS+ DPA training may post solicitation(s) in GSA eBuy under the authority and direction of an OASIS+ DPA certified CO aka “delegated” OCO.
The dates of upcoming OASIS+ DPA training sessions are available on OASIS+ events and training or take our virtual on-demand training course, FAC 154 through DAU/FAI CSOD.
To obtain an OASIS+ DPA, a CO must:
*In accordance with OASIS+ Contract Section G.2.2.1 Ordering Contracting Officer, Contractor employees are authorized under FAR subpart 51.1 Contractor Use of Government Supply Sources to use OASIS+ and are considered OCOs and are not required to obtain a DPA as their authority is granted to them by a Federal Government CO administering an applicable contract (e.g., a Federally Funded Research and Development Center or FFRDC). In order to authorize a Contractor employee under FAR subpart 51.1 to use OASIS+, the Federal Government CO granting authority shall first obtain an OASIS+ DPA.
Requestors must provide a .gov or .mil address. If you do not have a .gov or .mil work address, please contact the OASIS+ Program Team at .
To obtain an ASIS+ DPA, a warranted CO (appointed according to FAR 1.603) or an official authorized to obligate funds for the agency must:
Once a CO receives an OASIS+ DPA, the individual is officially identified as an OCO. An OCO has the authority to award, administer, and modify task orders against the OASIS+ contracts. COs that do not have OASIS+ DPAs may not award task orders under OASIS+.
OASIS+ DPAs are issued to individuals; not to agencies. OASIS+ DPAs may be revoked at the discretion of the OASIS+ Contracting Officer(s). There is no limit on OASIS+ DPAs issued per agency, and individuals may repeat OASIS+ DPA training as often as they prefer.
We’re here to help you properly navigate the OASIS+ contract vehicle by providing complimentary scope reviews of your requirement. Below are additional resources to aid in that process:
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:
*Forthcoming updates to eBuy will require input of this information
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]
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.
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.
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.
GSA reserves the unilateral right to off-ramp non-performing contractors. Off-ramping methods may result from conditions such as:
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.
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.
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:
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.
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.
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.
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:
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:
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, .
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.
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.
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.
If you want to learn more, please visit our website Electro Pneumatic Valve.