One Acquisition Solution for Integrated Services Plus (OASIS+) Unrestricted 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 reopen the One Acquisition Solution for Integrated Services Plus (OASIS+) Unrestricted Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multi-Agency Contract (MAC). This solicitation, identified as 47QRCA23R0006, is continuously open for rolling admissions and allows existing awardees to compete for additional domains. Proposals for this specific notice are due by January 11, 2027, but the solicitation remains open for future submissions.
Purpose & Scope
OASIS+ is designed to provide comprehensive professional services under Product/Service Code R499 (Other Professional Services). Amendment 0008 significantly expands the program from seven to thirteen domains, adding Business Administration, Marketing and Public Relations, Human Capital, Financial Services, and Social Services. The solicitation aims to support evolving government needs through a flexible, continuously open on-ramping process.
Key Requirements & Submission
Offerors must be registered and active in SAM.gov and submit all proposals through the OASIS+ Symphony Portal (OSP), which became active for submissions on January 12, 2026. Acknowledgment of Amendment 0008 is mandatory. The GSA Contracting Officer is the sole point of contact for questions, which must be submitted via the OSP.
Evaluation Factors
Proposals will be evaluated based on meeting domain-specific qualification thresholds, generally requiring 42 out of 50 credits for Unrestricted domains (45/50 for Enterprise Solutions). Key evaluation areas include:
- Domain Qualifications: Detailed in J.P-1, covering relevance, scale, integrated experience, management & staffing, and Federal Experience Projects (FEPs).
- Past Performance: Assessed using criteria outlined in J.P-6.
- Financial Data: Submitted via J.P-13.
- Cost/Price: Submitted using the mandatory J.P-9 template, adhering to direct labor rate ranges (J.P-8).
- Project Verification: Supported by FPDS data (J.P-2) and the Project Verification Form (J.P-3).
- Teaming Arrangements: Documented using J.P-7 for Contractor Teaming Arrangements (CTAs) and Meaningful Relationship Commitments (MRCL).
Contract Details
- Contract Type: IDIQ MAC
- Set-Aside: Unrestricted
- Product/Service Code: R499 (Other Professional Services)
- Department/Agency: General Services Administration (GSA)
- Response Date: January 11, 2027 (for this notice)
- Published Date: January 20, 2026
- Contact: oasisplusopen@gsa.gov
Important Attachments
Offerors should thoroughly review the following key attachments:
- J.P-1: OASIS+ Domain Qualifications Matrix and Scorecards
- J.P-3: Project Verification Form
- J.P-6: Past Performance Rating Form
- J.P-9: Cost/Price Template
- J.P-13: Financial Data Input Template
- J-1: Labor Categories and BLS SOC
- J-2: Transactional Data Reporting and Contract Access Fee
- J-3: Cybersecurity & Supply Chain Risk Management (C-SCRM) Deliverables
- J-4: DoD Required Provisions and Clauses for Task Orders
- J-5: Task Order Clause and Provision Matrix