One Acquisition Solution for Integrated Services Plus (OASIS+) Service-Disabled Veteran-Owned Small Business (SDVOSB) 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 issued Amendment 0008 to the One Acquisition Solution for Integrated Services Plus (OASIS+) Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside solicitation (47QRCA23R0004). This amendment re-opens the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multi-Agency Contract (MAC) for continuous admissions (on-ramping) and allows existing awardees to compete for additional Domains. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offers are submitted via the OASIS+ Symphony Portal (OSP), which opened for submissions on January 12, 2026. The next response date is January 11, 2027.
Opportunity Details
This opportunity is for the OASIS+ program, managed by GSA's Federal Acquisition Service (FAS), Office of Professional Services and Human Capital (PSHC). It is a continuously open solicitation designed to support rolling admissions and allow awardees to pursue additional Domains as government needs evolve. The official source for information is SAM.gov.
Key Changes from Amendment 0008
Amendment 0008 incorporates the Revolutionary FAR Overhaul (RFO) and introduces several significant updates:
- Expanded Domains: The number of Domains has increased from seven to twelve.
- Eligibility & Certification: Offerors must have their SBA certification reflected in SAM.gov at the time of offer for socioeconomic eligibility.
- Qualifying Projects (QPs): For SDVOSB IDIQ awards, a minimum of two QPs must be from an SBA-certified SDVOSB concern for each proposed Domain. For SBA Mentor-Protégé joint ventures, at least one QP must be from the protégé or the offering Mentor-Protégé joint venture.
- Pricing & Rates: Revised language for cost/price templates, indirect rates, and sole-source T&M/LH ceiling rates, including embedded escalation factors.
- Teaming Arrangements: Clarified requirements for Contractor Teaming Arrangements (CTAs), including notification of changes and team member size representation.
Submission Requirements & Evaluation
Offerors must be registered and active in SAM.gov. All proposals must be submitted through the OASIS+ Symphony Portal (OSP), accessible at https://oasis.app.cloud.gov/. Offerors are required to acknowledge Amendment 0008 as part of their submission. The OASIS+ CO is the sole point of contact for questions, which must be submitted via the OSP.
Key attachments for proposal preparation include:
- J.P-1 OASIS+ Domain Qualifications Matrix and Scorecards: Details qualification thresholds (36/50 credits for SB/Socioeconomic).
- J.P-3 Project Verification Form: For verifying project experience.
- J.P-4 Domain Auto-Relevant NAICS Codes and PSCs: Helps map past performance for evaluation credit.
- J.P-9 Cost/Price Template: For submitting pricing information.
- J-3 Cybersecurity & Supply Chain Risk Management (C-SCRM) Deliverables: Questionnaires for C-SCRM requirements.
Timeline
- OSP Open for Submissions: January 12, 2026
- Next Response Date: January 11, 2027
- Published Date: January 20, 2026
Contact Information
For questions, contact the Senior Contracting Officer at oasisplusopen@gsa.gov. Technical issues or registration questions for the OSP can be directed to client.support@apexlogic.com.