One Acquisition Solution for Integrated Services Plus (OASIS+) Women-Owned Small Business (WOSB) Set-Aside
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 reopen the One Acquisition Solution for Integrated Services Plus (OASIS+) Women-Owned Small Business (WOSB) Set-Aside continuously open solicitation. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multi-Agency Contract (MAC) seeks professional services from WOSB firms. The OASIS+ Symphony Portal (OSP) is open for registration and submission of offers as of January 12, 2026, with a response date for this amendment of January 11, 2027.
Opportunity Overview
Amendment 0008 reopens the OASIS+ WOSB Set-Aside RFP, incorporating a Revolutionary FAR Overhaul (RFO) and expanding the number of domains from seven to twelve (including Business Administration, Marketing and Public Relations, Human Capital, Financial Services, and Social Services). GSA intends to maintain continuously open solicitations for rolling admissions and to allow existing awardees to compete for additional domains. There is no fixed award timeline, as it depends on proposal volume and resource availability.
Scope & Key Requirements
This opportunity is for Other Professional Services (PSC R499). Offerors must demonstrate qualifications across various domains, with specific criteria detailed in the J.P-1 Domain Qualifications Matrix and Scorecards (requiring 36/50 credits for SB/SE). Key submission requirements include:
- Project Experience Verification: Documented using J.P-3 Project Verification Form and J.P-2 FPDS Sample.
- Cybersecurity & Supply Chain Risk Management (C-SCRM): Completion of questionnaires and a C-SCRM Plan as per J-3 C-SCRM Deliverables.
- Financial Data: Submission via J.P-13 Financial Data Input Template.
- Pricing: Use of J.P-9 Cost-Price Template with a 15-year structure and embedded 4.41% escalation factor, guided by J.P-8 Direct Labor Hourly Rate Ranges.
- Teaming Arrangements: Documentation using J.P-7 CTA Qualifications & MRCL List Template and J.P-12 Subcontractor Letter of Commitment Template.
- Post-Award Reporting: Adherence to requirements outlined in J-2 Transactional Data Reporting and Contract Access Fee.
Set-Aside & Eligibility
This is a Women-Owned Small Business (WOSB) Program Set-Aside. Offerors must be registered and active in SAM.gov, and their SAM.gov records must reflect SBA certification at the time of offer for eligibility. Offerors are permitted to submit a single proposal for multiple domains.
Submission & Contact
All proposals must be submitted through the OASIS+ Symphony Portal (OSP), which opened for submissions on January 12, 2026. The response date for this amendment is January 11, 2027. Offerors are responsible for reviewing the solicitation and all amendments on SAM.gov. Questions must be submitted via the OSP. The OASIS+ Contracting Officer is the sole point of contact.