Federal Contract Vehicles Guide: OASIS+, GWAC, IDIQ, BPA Explained
Contract vehicles are the highways of federal procurement. If you want to sell to the government, understanding how these vehicles work is not optional — it is the difference between competing for billions of dollars in task orders and watching from the sidelines while your competitors capture the work. Yet the landscape of GWACs, IDIQs, BPAs, and multi-award contracts remains one of the most confusing aspects of government contracting for newcomers and experienced players alike.
This guide cuts through the acronyms and explains what each contract vehicle type actually does, which major vehicles are active and upcoming in 2026, how to get on them, and how to win task orders once you are there. Whether you are a small defense contractor pursuing your first vehicle or a mid-market firm deciding between OASIS+ and Alliant 3, the sections below provide the strategic framework you need to make informed decisions.
The federal government obligated approximately 60 percent of its contract dollars through indefinite-delivery vehicles in FY2024. That number continues to grow as agencies consolidate spending under fewer, larger contract vehicles. If your growth strategy for winning federal contracts does not include a deliberate vehicle strategy, you are competing with one hand tied behind your back.
---
---
What Is a Contract Vehicle and Why Does It Matter?
A contract vehicle is a pre-established contractual framework that allows federal agencies to purchase goods or services from a pool of pre-qualified vendors without conducting a new full-and-open competition for each requirement. Think of it as a two-stage competition: you first compete to get on the vehicle (the "on-ramp"), then you compete for individual task orders issued under that vehicle.
The government uses contract vehicles because they dramatically reduce procurement timelines. A full-and-open competition under FAR Part 15 can take 12 to 18 months from solicitation to award. A task order under an existing vehicle can be awarded in weeks. For agencies with urgent requirements — especially in defense and intelligence — that speed advantage is critical.
For contractors, holding a position on the right vehicles provides three strategic advantages:
Reduced competition. Instead of competing against every company in the market, you compete only against the other vehicle holders — often 40 to 150 companies instead of thousands. On some vehicles with small business set-aside pools, the competitive field shrinks even further.
Customer access. Many agencies mandate the use of specific vehicles for certain categories of spending. If the Department of Defense requires that all professional services above a certain threshold be procured through OASIS+, and you are not on OASIS+, you are invisible to that buying activity.
Revenue predictability. Vehicles with long ordering periods (5 to 10 years with options) provide a sustained pipeline of opportunities. Contractors can build staffing models, infrastructure investments, and revenue forecasts around their vehicle portfolio with reasonable confidence.
The Vehicle Hierarchy
Not all vehicles are created equal. Understanding the hierarchy helps you prioritize which vehicles to pursue:
| Vehicle Type | Scope | Typical Ceiling | Ordering Period | Competition Level |
|---|
| GWAC (Government-Wide Acquisition Contract) | Available to all federal agencies | $10B–$90B | 5–10 years + options | 40–150 holders; task order competition |
| Agency-Specific IDIQ | Limited to one agency or component | $500M–$50B | 5–10 years + options | 5–50 holders; task order competition |
| GSA MAS (Multiple Award Schedule) | Available to all federal agencies | No ceiling per contract | 20-year term | Thousands of holders; task order competition |
| BPA (Blanket Purchase Agreement) | Usually one agency; specific scope | Typically < $250K per order | 1–5 years | 1–10 holders; streamlined ordering |
---
IDIQ Contracts: The Foundation of Federal Vehicle Strategy
Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts are the structural backbone of most federal contract vehicles. Understanding how they work is essential before diving into specific vehicles like OASIS+ or Alliant 3, because those vehicles are all IDIQ contracts with additional layers of governance.
How IDIQ Contracts Work
An IDIQ contract establishes a framework under which the government can order an indefinite quantity of supplies or services within stated limits during a fixed period. The contract specifies three critical parameters:
- Minimum guarantee — the minimum dollar value the government commits to ordering over the life of the contract. FAR 16.504(a) requires this minimum to be "more than a nominal amount" and states it should not exceed the amount the government is fairly certain to order. In practice, minimums on multi-award IDIQs are often set at a nominal $2,500 to $25,000 per contract holder.
- Maximum ceiling — the total maximum value of orders that can be placed across all holders under the contract. This is the number you see in headlines (e.g., "OASIS+ has a ceiling of $60 billion"), but it does not mean any single contractor will receive that amount.
- Ordering period — the timeframe during which the government can place new task orders. Performance on individual task orders can extend beyond the ordering period, but new orders cannot be issued after it closes.
Single Award vs. Multiple Award IDIQs
Single award IDIQs grant a vehicle to one contractor for a defined scope. These are less common because FAR 16.504(c) establishes a preference for multiple awards.
Multiple award IDIQs (MA-IDIQs) are the dominant structure. They award positions to multiple contractors who then compete for individual task orders. OASIS+, Alliant 3, and SEWP are all MA-IDIQ contracts.
Fair Opportunity and Task Order Competition
Once you hold a position on an MA-IDIQ, task orders are competed under FAR 16.505 "fair opportunity" procedures. The contracting officer must provide all contract holders a fair opportunity to be considered for each order exceeding the micro-purchase threshold, with limited exceptions for urgent needs, sole-source capability, logical follow-on work, or statutory requirements.
For task orders exceeding $7.5 million, enhanced competition procedures apply, including formal evaluation criteria and debriefing requirements. Protests are permitted at GAO for orders above $25 million on DoD contracts and $10 million on civilian agency contracts.
Getting on the vehicle is step one. Winning task orders is the game. The contractors who invest in relationships, capture management, and rapid proposal response consistently outperform those who treat their vehicle position as a passive asset.
---
GWACs: The Major Government-Wide Vehicles
Government-Wide Acquisition Contracts (GWACs) are the premier tier of federal contract vehicles. Administered by designated executive agents (primarily GSA and NASA), GWACs allow any federal agency to purchase IT products and services from pre-qualified pools. They are the largest, most visible vehicles in the federal marketplace, and holding a position on a major GWAC is a strategic asset that can define a contractor's growth trajectory for a decade.
OASIS+ (GSA)
OASIS+ is GSA's flagship professional services vehicle and, as of 2026, the most significant contract vehicle in the federal marketplace for non-IT professional services. It replaced the original OASIS contracts and has rapidly become the government's preferred vehicle for complex, multi-disciplinary service requirements.
Structure. OASIS+ is a suite of six MA-IDIQ solicitations, organized by socioeconomic category:
- Unrestricted
- Small Business (SB)
- 8(a) Small Business
- HUBZone Small Business
- Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Women-Owned Small Business (WOSB)
Each solicitation covers the same domains, but qualification thresholds differ. Unrestricted offerors must meet or exceed 42 of 50 available scoring credits, while small business and socioeconomic set-aside offerors need 36 credits.
Phase II expansion. On December 4, 2025, GSA announced Phase II of OASIS+, expanding the vehicle from 8 to 13 professional services domains. The five new domains are:
- Business Administration
- Financial Services
- Human Capital
- Marketing and Public Relations
- Social Services
Continuous on-ramps. As of January 12, 2026, all OASIS+ solicitations operate under a continuously open model — meaning you can submit a proposal at any time rather than waiting for a fixed submission window. This is a fundamental shift that mirrors the GSA Multiple Award Schedule approach. GSA evaluates and awards on a rolling basis, so new entrants can join the vehicle without waiting years for the next on-ramp.
Why OASIS+ matters for defense contractors. DoD is one of the largest OASIS+ users, particularly for management consulting, engineering, logistics, and environmental services. If your firm provides professional services to DoD and you are not pursuing OASIS+, you are ceding ground. Each of the 13 domains has its own qualification matrix — plan for 4 to 8 weeks of dedicated proposal effort, especially if pursuing multiple domains.
Alliant 3 (GSA)
Alliant 3 is GSA's next-generation IT services GWAC, replacing Alliant 2. With a $75 billion ceiling and a 10-year ordering period extending through 2035, it is positioned as the government's primary vehicle for complex IT modernization, cybersecurity, cloud migration, and emerging technology requirements.
Current status. GSA announced the first round of Alliant 3 awards in February 2026, selecting 43 winners from 133 proposals for the unrestricted pool. Additional awards are expected to bring the total to 60-76 contract holders across unrestricted and small business pools.
Key differentiators from Alliant 2. Alliant 3 removes the spending caps that constrained its predecessor and explicitly prioritizes AI, quantum computing, cloud-native architectures, and zero-trust cybersecurity. These emphasis areas align directly with current DoD and civilian agency modernization priorities, including CMMC compliance requirements that increasingly drive IT service procurements.
Strategic implications. Firms that did not win Alliant 3 should evaluate whether a teaming arrangement with a holder or pursuit of OASIS+ IT-adjacent domains provides an alternative path to the same customer base.
SEWP (NASA)
The Solutions for Enterprise-Wide Procurement (SEWP) contracts, administered by NASA, are the government's primary vehicle for IT products — hardware, software, cloud solutions, and associated services. SEWP has consistently been one of the highest-volume GWACs, processing billions in orders annually with some of the fastest ordering turnaround times in the federal marketplace.
SEWP V to SEWP VI transition. SEWP V has been extended through April 30, 2026, while NASA completes evaluation of SEWP VI proposals (projected ceiling: $90 billion). SEWP VI will begin the day after SEWP V concludes. The next-generation vehicle expands into AI/ML hardware, quantum computing infrastructure, and advanced cybersecurity products — critical for contractors supporting classified environments.
8(a) STARS III (GSA)
8(a) STARS III is a $50 billion MA-IDIQ GWAC exclusively for SBA-certified 8(a) firms providing IT services. It is the single most important vehicle for 8(a) contractors in the IT space.