One Acquisition Solution for Integrated Services Plus (OASIS+) 8(a) 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), Federal Acquisition Service (FAS), has re-opened the One Acquisition Solution for Integrated Services Plus (OASIS+) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multi-Agency Contract (MAC). This is Amendment 0008 to solicitation 47QRCA23R0002, specifically for the 8(a) Small Business Set-Aside. The solicitation is continuously open to support rolling admissions and allow existing awardees to compete for additional domains.
Scope of Opportunity
This opportunity is for Other Professional Services (PSC R499) across an expanded scope of twelve domains, including newly added Business Administration, Marketing and Public Relations, Human Capital, Financial Services, and Social Services. The contract aims to provide integrated services to federal agencies.
Contract Details & Requirements
- Contract Type: IDIQ MAC
- Set-Aside: 8(a) Small Business Set-Aside (FAR 19.8)
- Issuing Office: GSA/FAS/PSHC/OASIS PLUS
- Submission Method: All proposals must be submitted through the OASIS+ Symphony Portal (OSP), which opened for registration and submissions on January 12, 2026.
- Mandatory Registration: Offerors must be registered and active in SAM.gov.
- Amendment Acknowledgment: Offerors are required to acknowledge Amendment 0008 as part of their submission.
- Key Attachments: The solicitation includes numerous critical attachments (J.P-1 to J.P-14, J-1 to J-5) detailing:
- Domain Qualifications Matrices and Scorecards (J.P-1): Outlines specific qualification thresholds (e.g., 36/50 credits for SB/SE) and credit systems for each domain.
- Cost/Price Template (J.P-9) & Direct Labor Hourly Rate Ranges (J.P-8): Essential for pricing proposals, including indirect cost pools and a fixed escalation factor.
- Cybersecurity & Supply Chain Risk Management (C-SCRM) Deliverables (J-3): Specifies pre-award evaluation instructions and a post-award C-SCRM plan template.
- Project Verification Form (J.P-3) & FPDS Sample (J.P-2): Guides bidders on documenting and verifying project experience.
- Financial Data Input Template (J.P-13): Required for reporting historical financial data.
- CTA Qualifications & MRCL List Template (J.P-7) & Subcontractor Letter of Commitment Template (J.P-12): For detailing teaming arrangements.
- DOD Required Provisions and Clauses (J-4) & Task Order Clause and Provision Matrix (J-5): Provides insight into task order level requirements.
- Transactional Data Reporting and Contract Access Fee (J-2): Defines reporting obligations.
Timeline & Contact
- Solicitation Re-opened/Amendment Issued: January 12, 2026
- Proposal Due Date: January 11, 2027, at 21:00 UTC.
- Award Timeline: No fixed timeline; awards will vary based on proposal volume and resource availability.
- Questions: All questions must be submitted via the OSP. The OASIS+ Contracting Officer is the sole point of contact.
- Contact Email: oasisplusopen@gsa.gov