One Acquisition Solution for Integrated Services Plus (OASIS+) Historically Underutilized Business Zone (HUBZone) Small Business Set-Aside Continuously Open Solicitation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The General Services Administration (GSA) has re-opened the One Acquisition Solution for Integrated Services Plus (OASIS+) solicitation (47QRCA23R0003), specifically for the Historically Underutilized Business Zone (HUBZone) Small Business Set-Aside. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multi-Agency Contract (MAC) aims for continuous rolling admissions, allowing new offerors to join and existing awardees to compete for additional domains.
Scope of Opportunity
This solicitation covers a broad range of Other Professional Services (PSC R499) across now twelve domains, expanded from seven. New domains include Business Administration, Marketing and Public Relations, Human Capital, Financial Services, and Social Services. The contract supports various requirements, incorporating the Revolutionary FAR Overhaul (RFO) and revised language for Blanket Purchase Agreements (BPAs) and multiyear contracting.
Contract Details & Set-Aside
- Contract Type: IDIQ Multi-Agency Contract (MAC)
- Set-Aside: Historically Underutilized Business (HUBZone) Small Business Set-Aside
- Solicitation Number: 47QRCA23R0003, Amendment 0008
- Submission Portal: OASIS+ Symphony Portal (OSP)
- OSP Live Date: January 12, 2026
- Response Date: January 11, 2027 (for this continuously open solicitation)
- Award Timeline: No fixed timeline; varies based on proposal volume and resource availability.
Key Requirements & Evaluation Factors
Offerors must be registered and active in SAM.gov, and their SAM.gov records must reflect SBA certification at the time of offer. Proposals must acknowledge Amendment 0008. Key evaluation areas include:
- Domain Qualifications: Meeting specific credit thresholds (36/50 for SB/SE) outlined in J.P-1.
- Project Experience: Verification through FPDS (J.P-2) and the Project Verification Form (J.P-3), demonstrating relevance via NAICS/PSCs in J.P-4.
- Past Performance: Assessed using the J.P-6 Rating Form.
- Financial Data: Submission via J.P-13.
- Cost/Price: Utilizing the J.P-9 template, adhering to direct labor hourly rate ranges in J.P-8.
- Teaming Arrangements: Documented using the J.P-7 template for CTAs and MRCLs.
- Cybersecurity: Adherence to C-SCRM deliverables outlined in J-3.
- Labor Categories: Defined in J-1, aligned with BLS SOC.
- Task Order Clauses: Understanding J-5 (Task Order Clause and Provision Matrix) and J-4 (DoD Required Provisions).
- Reporting: Compliance with transactional data and Contract Access Fee (CAF) reporting per J-2.
Submission Instructions
All proposals must be submitted through the OASIS+ Symphony Portal (OSP), which became active for submissions on January 12, 2026. Offerors are responsible for reviewing all solicitation requirements and amendments on SAM.gov. Questions must be submitted via the OSP to the OASIS+ Contracting Officer.