Noblis Contract Vehicles
Noblis is a nonprofit science, technology and strategy organization that helps clients solve complex systems, process and infrastructure problems in ways that benefit the public. We bring the best of scientific thought, advanced technologies and engineering expertise to find solutions that are practical, efficient and effective. For questions about specific contracts, contact the Noblis team members identified within the contract details shown below.
The One Acquisition Solution for Integrated Services (OASIS)+ Multi-Agency Contract (MAC)
Contract Overview
Contract #47QRCA25DU596: The One Acquisition Solution for Integrated Services (OASIS)+ Multi-Agency Contract (MAC) Unrestricted (UR) is a government-wide, multiple award, Indefinite Delivery, Indefinite Quantity (IDIQ) acquisition program for services that is flexible, easy to use, and allows ordering activities to solicit and/or award orders in a streamlined, high-quality manner.
Scope
OASIS+ is GSA’s next-generation contract to provide government agencies with contractual solutions to complex professional service-based requirements on a global basis. OASIS+ addresses the government’s growing need for solutions that contain multiple disciplines and includes all components required to formulate a total solution. Solutions can include ancillary support, may be commercial and/or non-commercial, using a variety of contract types including fixed price, cost reimbursement, time and materials/labor hour, or a hybrid mix of contract types.
The OASIS+ contracts cover services that are: primarily noncommercial, with the allowance for commercial services task orders classified and unclassified; and within the Continental US (CONUS) and Outside the Continental US (OCONUS).
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 5 years + one 5 year option period)
- Task orders can be awarded any time prior to the expiration of the ordering period of the master contracts.
- Optional and complementary scope review.
- Price evaluation at the contract level
- Task order solicitation through a single platform, GSA eBuy
- Low Contract Access Fee (CAF) of 0.15%
Flexibility
- OASIS+ contracts may be used by all federal agencies, including the Department of Defense (DoD) and Federally Funded Research and Development Centers (FFRDCs).
- A warranted CO, as defined in FAR subpart 2.101, may request a Delegation of Procurement Authority (DPA) from the OASIS+ PMO and use the OASIS+ Direct Order/Direct Bill feature.
Noblis Has Six Awarded Domains
OASIS+ 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 specifically listed for that domain. For task orders placed under OASIS+, professional services may be broadly defined as those services most closely aligned with the awarded Domains.
View full details on services and NAICS codes >
- Management and 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.
- Technical and Engineering (T&E) – 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.
- Research and Development (R&D) – This domain includes any requirements in support of R&D activities which 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.
- Intelligence Services (INTEL) – 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.
- Environmental (ENV) – 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.
- Logistics (LOG) – 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.
About Task Orders
All OASIS+ task orders must be within scope of the respective OASIS+ Unrestricted Contract under which it is awarded, provided the Ordering Contracting Officer (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 NAICS code outside one of the OASIS+ NAICS codes, the requirement is not within scope of OASIS+.
OASIS+ Benefits
- Task orders that may be:
- Awarded against a contract that has no contract ceiling or cap on awards;
- For work performed in CONUS and/or OCONUS locations;
- For complex commercial or non-commercial services;
- For any contract type, including hybrid mix and structures of Contract Line-Item Number (CLIN) types tailored to individual task order requirements;
- 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 (ODCs) defined as integral and necessary to complete a total integrated solution under a requirement are within the scope of the master contract;
- Access 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.
Labor Categories
OASIS+ labor categories align to the Office of Management and Budget’s Standard Occupational Classification Manual 2018.
Labor categories are further defined as Junior, Journeyman, and Senior based duties, responsibilities and expected years of experience as follows:
- JUNIOR: Applies fundamental concepts, processes, practices, and procedures on technical assignments. Performs work that requires practical experience and training. Work is performed under supervision. A Junior labor category generally has up to 3 years of relevant experience.
- JOURNEYMAN: Possesses and applies expertise on multiple complex work assignments. Assignments may be broad in nature, requiring originality and innovation in determining how to accomplish tasks. Operates with appreciable latitude in developing methodology and presenting solutions to problems. Contributes to deliverables and performance metrics where applicable. ○ A Journeyman labor category generally has 3 to 10 years of relevant experience.
- SENIOR: Possesses and applies a comprehensive knowledge across key tasks and high impact assignments. Plans and leads major technical assignments. Evaluates performance results and recommends major changes affecting short-term project growth and success. Functions as a technical expert across multiple project assignments. May supervise others. A Senior labor category generally has over 10 years of relevant experience.
- SUBJECT MATTER EXPERT (SME): Provides technical/management leadership on major tasks or assignments. Establishes goals and plans that meet project objectives. Has domain and expert technical knowledge. Directs and controls activities for a client, having overall responsibility for financial management, methods, and staffing to ensure that technical requirements are met. Interactions involve client negotiations and interfacing with senior management. Decision making and domain knowledge may have a critical impact on overall project implementation. May supervise others. A Subject Matter Expert is an individual whose qualifications and/or particular expertise are exceptional and/or highly unique. Subject Matter Experts do not have specific experience/education qualifications but are typically identified as recognized Industry leaders for a given area of expertise.
These labor categories are NOT required to be used by the Ordering Activity. The task order solicitation indicates whether or not the OASIS+ labor categories will apply. However, contractors are required to map all labor categories subject to task order reporting to these standardized labor categories when reporting task order awarded rates and prices paid in the Sales Reporting Portal.
Noblis Contract Details:
Name: OASIS+
Contract Number: 47QRCA25DU596
Type: Multiple Award IDIQ
Task Order Type: Fixed Price, Cost Reimbursement, T&M/LH, Hybrid
Period of Performance: Base Period 04/15/2025 – 4/14/2030, Option 4/15/2030 – 12/05/2034
Contract Access Fee (CAF): 0.15%
Noblis Contact Information:
Program Manager
Sean Rutherford
(571) 455-3991
[email protected]
Contracts Manager
James Findley
(703) 610-2290
[email protected]
General Services Administration (GSA) Multiple Award Schedule (MAS) – Professional Services Category
Contract Overview
This GSA MAS contract enables Federal agencies to procure a wide variety of professional services using a single Schedule contract. Noblis holds GSA MAS Schedule number GS-00F-096DA and offers a variety of integrated services through this Schedule. Many of Noblis’ traditional services, such as business and environmental consulting, program and acquisition support and professional engineering services, can be acquired through this Schedule under the Special Item Numbers (SINs) listed below.
Special Item Numbers (SINs), Supplies and Services:
- 541330ENG – Engineering Services
- 541380 – Testing Laboratory Services
- 541420 – Engineering System Design and Integration Services
- 541611 – Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services
- 541620 – Environmental Consulting Services
- 541715 – Engineering Research and Development and Strategic Planning
- ANCILLARY – Ancillary Supplies and Services
- OLM – Order-Level Materials
Section 833 of the John Warner National Defense Authorization Act for fiscal year 2007 (Public Law 109-364) amended 40 U.S.C. 502 to authorize the Administrator of General Services to provide for the use of Federal Supply Schedules by state and local governments for the purchase of products and services to be used in advance of a major disaster declared by the president, as well as in the aftermath of an emergency event (such as a major disaster, terrorism, or a nuclear, biological, chemical, or radiological attack) to facilitate recovery. State and local government entities are responsible for ensuring that the products or services purchased are to be used to facilitate recovery.
Noblis Contact Information:
Contract Administration
James (Jim) Findley
703.610.2290
Toll-Free: 877.662.4799
[email protected]
GSA MAS – Information Technology (IT) Category
Contract Overview
Noblis is a GSA MAS contract holder for the IT category under contract #GS-35F-0590W. This contract is a multiple award schedule that grants agencies direct access to commercial experts who can thoroughly address the needs of the government IT community through Special Item Numbers (SINs). These SINs cover the most general-purpose commercial IT hardware, software and services.
This contract allows for choice, flexibility, ease of use and access to the highest quality of IT products, services and solutions for small business and industry giants.
Special Item Numbers (SINs), Supplies and Services:
- 54151S – Information Technology Professional Services
- 54151HACS – Highly Adaptive Cybersecurity Services (HACS)
- 54151ECOM – Electronic Commerce and Subscription Services
- 541519ICAM – Identity, Credentialing and Access Management (ICAM)
- OLM – Order-Level Materials
Noblis Contact Information:
Contract Administration
James (Jim) Findley
Principal Contract Negotiator/Administrator
703.610.2290
[email protected]
Sales/Ordering Information
877.662.4799
[email protected]
SeaPort-NxG
Contract Overview
Noblis MSD, formerly McKean Defense (DUNS # 60-715-6809), holds SeaPort-NxG Prime Contract (N00178-19-D-8085). The North American Industry Classification System (NAICS) code for this contract is 541330 – Engineering Services, utilizing the exception for marine engineering and naval architecture – average annual receipts – $41.5M.
SeaPort-NxG is the Navy’s electronic platform for acquiring support services in 23 functional areas including Engineering, Financial Management and Program Management. The Navy Systems Commands (NAVSEA, NAVAIR, NAVWAR, NAVFAC and NAVSUP), the Office of Naval Research (ONR), Military Sealift Command (MSC) and the United States Marine Corps (USMC) compete their service requirements amongst 1800+ SeaPort-NxG Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contract (MAC) holders. It provides an efficient and effective means of contracting for professional support services.
SeaPort-NxG has a 5-year Base period with one 5-year option (2 Jan 2019 – 1 Jan 2024 and 2 Jan 2024 – 1 Jan 2029). Task Order performance periods can be up to 5 years. There are 23 functional areas spanning engineering support and program management support services. Several contract types are available – fixed price, cost reimbursement, award fee, incentive fee and labor hour terms. There is no contract access fee. Prime contractors may add an unlimited number of small or large business partners to their teams.
SeaPort-NxG Partner Opportunities
Partners are essential to our success and add value to our solutions and help us achieve our clients’ goals. When you partner with Noblis MSD on SeaPort-NxG, you will be a valued and recognized member of our team. When we work together, we can give you access to our systems and space so you can contribute effectively and efficiently. We make sure that capabilities across the SeaPort-NxG Task Order teams are complementary and we encourage clear communication of expectations throughout the relationship. We share across the team in our successes, our challenges, our lessons learned and our professional growth.
Noblis Contact Information:
Noblis SeaPort-NxG Contact
Peter Sarrat
[email protected]
Department of Defense (DoD) Joint Artificial Intelligence Center (JAIC) Test and Evaluation (T&E) Services Blanket Purchase Agreement (BPA)
Contract Overview
Contract and Order #: W52P1J-22-A-0060
Noblis is a prime contractor for the JAIC BPA. The DoD JAIC was established in 2018 to be the focal point of the DoD Artificial Intelligence (AI) Strategy to accelerate scaling AI and its impact across the Department. Working closely with the Services, Combatant Commands, and other Components, JAIC identifies appropriate use cases for AI across DoD, rapidly pilots solutions and scales impact across its enterprise.
The JAIC mission is “to accelerate the delivery of AI-enabled capabilities, scale the Department-wide impact of AI, and synchronize DoD AI activities to expand Joint Force advantages.”
The purpose of the JAIC T&E BPA is to acquire new and innovative AI test tools, capabilities and services that can enable the DoD to rapidly test and validate AI capabilities developed for DoD operations and missions.
JAIC T&E BPA PWS and Scope
The PWS includes: (1) acquisition of commercial AI tools and services, (2) development of new AI tools and services, (3) integration of AI tools and services into environments, (4) operation and support of AI tools and services, and (5) use of AI tools and services to conduct AI testing on AI models and software applications.
The Scope includes the work, performance, processes, and accountabilities in support of the DoD and US Government’s AI test and evaluation objectives in the following areas:
- 2.1 Test and Evaluation (T&E) Technology and Tools
- 2.2 T&E Services
- 2.3 Alignment/Integration of AI T&E Tools and Services with the JCF
Summary of Task Areas
- BPA/Call Order Management
- AI T&E Solutions
- T&E and IV&V Services
- Other Technologies
- Alignment/Integration with JCF
Noblis Contact Information:
Noblis JAIC BPA Contact
Brooke Janney
[email protected]
Noblis is ISO Certified
Noblis is certified to ISO’s world-class international standards for quality management, information security management and information technology service management.
Doing Business for the Best of Reasons
Noblis is committed to objectivity and the highest ethical standards in all our business interactions. Learn more about our commitment and code of conduct.