OASIS+ Continuous Onramping

Continuous Onramping

This synopsis is the continuously open notice for all of the following OASIS+ Requests for Proposals (RFPs):

  • OASIS+ Total Small Business RFP (47QRCA23R0001), which is set aside for small business concerns pursuant to FAR 52.219-6;
  • OASIS+ 8(a) Business Development Program RFP (47QRCA23R0002), which is limited to eligible and responsible participants in the U.S. Small Business Administration (SBA) 8(a) Business Development Program pursuant to FAR 52.219-18;
  • OASIS+ Historically Underutilized Business Zone (HUBZone) RFP (47QRCA23R0003), which is set aside for HUBZone Program concerns certified by SBA pursuant to FAR 52.219-3;
  • OASIS+ Service-Disabled Veteran-Owned Small Business (SDVOSB) RFP (47QRCA23R0004), which is set aside for SBA-certified service-disabled veteran-owned small business concerns pursuant to FAR 52.219-27;
  • OASIS+ Women-Owned Small Business (WOSB) RFP (47QRCA23R0005), which is set aside for certified women-owned small business concerns eligible under SBA’s WOSB Program pursuant to FAR 52.219-30; and
  • OASIS+ Unrestricted RFP (47QRCA23R0006), which will use full and open competition procedures under RFO-2025-06 FAR Subpart 6.1.

Consistent with Section H.11 of the OASIS+ solicitation, GSA intends to maintain continuously open solicitations to support rolling admissions (on-ramping) and to allow existing awardees, when eligible, to compete for additional Domains as Government needs evolve. This amendment does not alter or otherwise affect offers previously submitted under the OASIS+ solicitation; those offers were evaluated under the terms of the solicitation as they existed prior to this amendment, and this action does not reopen any prior evaluations.

In connection with the governmentwide RFO, GSA will implement any applicable FAR Council model deviations and GSA class deviations; where provisions are revised or recodified, the solicitation and any resulting awards will incorporate current text via amendment.

The OASIS+ Program

The OASIS+ program is designed to address agencies’ need for a full range of service requirements that integrate multiple services disciplines and ancillary services/products with the flexibility for commercial and non-commercial requirements, with all contract types and pricing determined at the task order level to achieve a total solution. OASIS+ is available for use by all Federal agencies and other entities as listed in GSA Order ADM 4800.2I, as amended.

Performance may occur at Government and Contractor locations worldwide, as specified in each task order. Task order contract types permitted will include RFO-2025-16 FAR Subpart 16.2; Fixed-Price Contracts; RFO-2025-16 FAR Subpart 16.3, Cost-Reimbursement Contracts; RFO-2025-16 FAR Subpart 16.4, Incentive Contracts; RFO-2025-16 FAR 16.601, Time-And-Materials Contracts; and RFO-2025-16 FAR 16.602, Labor-Hour Contracts. Each individual Master Contract contains shared terms and conditions and specific terms and conditions unique to the Contractor’s socioeconomic status (e.g., 8(a) and Small Business) and awarded Domains. The term Domain refers to the functional groupings of related services spanning multiple North American Industry Classification System (NAICS) codes.

There is no maximum dollar ceiling for the Master Contract or for each individual task order or blanket purchase agreement (BPA). The Master Contract ordering period consists of a five-year base period with one five-year option that may extend the cumulative contract ordering period to ten years. Any newly on-ramped Master Contract awards will have an ordering period that is coterminous with the existing OASIS+ MA-IDIQ ordering end date; on-ramped Contractors are awarded only the remaining portion of the ordering period.

Pursuant to 13 CFR § 121.402(c)(1)(ii), multiple NAICS Codes and corresponding small business size standards are assigned to this contract at the Master Contract level. For administrative purposes only, the OASIS+ solicitations are assigned a single NAICS Code (541990 – All Other Professional, Scientific, and Technical Services) in the System for Award Management (SAM.gov), with an associated small business size standard of $19.5 million, representing the preponderance scope of the OASIS+ Contract Program as a whole. Each Domain is limited to the NAICS Codes and associated size standards specifically listed under that Domain. In addition to existing Domains, GSA is adding the following Domains: Financial Services, Human Capital, Business Administration, Marketing and Public Relations, and Social Services.

Draft Domain Qualifications Matrix and Scorecards

In an effort to promote transparency, GSA is releasing a DRAFT version of Attachment J.P-1 (DRAFT J.P-1 OASIS+ Domain Qualifications Matrix and Scorecards (Amd 0008)with this pre-amendment announcement. By providing this attachment in advance, GSA aims to help offerors become familiar with some of the proposal requirements and begin gathering information to build proposals. The attached version of J.P-1 is a DRAFT ONLY and is subject to change at GSA’s discretion. The final, official version of all attachments will be posted with the formal amendment. Offerors are responsible for ensuring they use the final attachments when preparing official proposal submissions.

Questions and Comments

Should you have any questions or comments specific to the Draft Domain Qualifications Matrix and Scorecards, please submit them using the Questions Intake Form, accessible via the following link:

https://forms.gle/ZXeCa3ntoXehm4qu8

The full and final solicitation will not be released at this time. Accordingly, questions that do not pertain to the Draft Domain Qualifications Matrix and Scorecards will not be addressed and should not be submitted through this form. Individual responses will not be provided; however, feedback may be considered for program improvement. At its discretion, GSA may publicly post answers to questions determined to be of broad interest or benefit.

The OASIS+ Procuring Contracting Officer (PCO) is the sole point of contact for this procurement. Inquiries directed elsewhere may not be considered or receive a response. Requests for meetings regarding the OASIS+ MA-IDIQ will not be entertained prior to release of Amendment 0008.

Amendment 0008

Amendment 0008 to each of the above OASIS+ solicitations is anticipated to be posted on or about January 12, 2026. No hard copies will be provided. GSA expects to begin accepting offers on or after January 12, 2026. Only an amendment issued via Standard Form 30, signed by a GSA Contracting Officer, and publicly posted in connection with the above solicitations and Procurement Instrument Identifiers (PIIDs) on SAM.gov is official. Offerors will be required to acknowledge the current amendment as part of their offer submission.

All proposals must be submitted through the OASIS+ Symphony Portal (OSP). Registration information and submission instructions will be provided with the amendment. Offerors must be registered and active in SAM.gov.

SAM.gov is the only source for the above OASIS+ solicitations. It is the sole responsibility of offerors to periodically check the solicitations on SAM.gov for more information and updates, including any amendments, announced cut-off dates for rolling admissions, Domain updates, and other official communications. This notice is informational and does not constitute a request for proposals.

Modification of Existing OASIS+ Contracts

In anticipation of the continuous open solicitation amendment scheduled for January 2026, a bilateral modification (PSA908) was issued to all existing OASIS+ contracts on December 17, 2025.

This modification incorporated the following changes into Section C of existing master contracts:

  • Expansion of Scope: Addition of five new Domains, including associated CLINs and NAICS codes.
  • Regulatory Updates: RFO updates and minor administrative changes to the master contract terms and conditions.

The modification must be signed by current OASIS+ awardees prior to submitting a modification to add additional domains under the OASIS+ Phase II.

See more below.


Updated September 9, 2025

Awardees: The following socioeconomic small businesses are anticipated to be awarded contracts across five (5) domains. Barring size status protests, the total number of companies to be authorized to participate in this group of rolling awards are 8 and are broken down by contract family as follows:

3 Women-Owned SB (WOSB),
4 Service-Disabled Veteran-Owned SB (SDVOSB),
1 Historically Underutilized Business Zone SB (HUBZone).
The number of companies anticipated to be authorized to participate by domain follows:

Management & Advisory: HUBZone – 1; SDVOSB – 3; WOSB – 1
Technical & Engineering: HUBZone – 0; SDVOSB – 1; WOSB – 0
Intelligence Services: HUBZone – 0; SDVOSB – 1; WOSB – 0
Logistics: HUBZone – 0; SDVOSB – 1; WOSB – 1
Facilities: HUBZone – 0; SDVOSB – 0; WOSB – 1

See the Announcement and List of Awardees Here


Updated April 4, 2025

Notice ID: 47QRCA23R0004

Related Notice: 47QRCA21N0001

The U.S. General Services Administration’s Office of Professional Services and Human Capital (PSHC) Categories is pleased to announce the apparent awardee notifications for the OASIS+ Women-Owned SB (WOSB), Service-Disabled Veteran-Owned SB (SDVOSB), and Historically Underutilized Business Zone (HUBZone) SB set-asides.

Awardees: The below outlines the total number of socioeconomic small businesses anticipated to be awarded contracts across the following seven (7) domains: Management & Advisory, Technical & Engineering, Intelligence Services, Research & Development, Logistics, Facilities, and Environmental.

  • 130 Women-Owned SB (WOSB)
  • 112 Service-Disabled Veteran-Owned SB (SDVOSB)
  • 30 Historically Underutilized Business Zone (HUBZone) SB

Barring size status protests, the number of companies anticipated to be authorized to participate by domain are as follows:

  • Management & Advisory Services:HUBZone – 24; SDVOSB – 70; WOSB – 83
  • Technical & Engineering Services: HUBZone – 19; SDVOSB – 60; WOSB – 82
  • Intelligence Services:HUBZone – 3; SDVOSB – 29; WOSB – 23
  • Research & Development Services:HUBZone – 2; SDVOSB – 13; WOSB – 17
  • Logistics Services:HUBZone – 3; SDVOSB – 16; WOSB – 16
  • Facilities Services:HUBZone – 5; SDVOSB – 22; WOSB – 16
  • Environmental Services:HUBZone – 0; SDVOSB – 3; WOSB – 5

See the announcement and list of SDVOSB awardees here.

See the announcement and list of WOSB here.

Note that the HUBZone awardees has not been posted as of April 7, 2025 early morning.

Related


Posted September 24, 2024

GSA has announced the first round of evaluation results of the OASIS+ Historically Underutilized Business Zone (HUBZone) Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB) set-aside contract programs.

Phase I Awardees: 113 HUBZone, 345 SDVOSB, and 309 WOSB firms are planned to be awarded contracts across seven (7) domains. Barring size status protests and final responsibility determinations, the number of companies authorized to participate by domain is as follows:

Management & Advisory Services: HUBZone – 82; SDVOSB – 234; WOSB – 224
Technical & Engineering Services: HUBZone – 67; SDVOSB – 217; WOSB – 194
Intelligence Services: HUBZone – 12; SDVOSB – 85; WOSB – 32
Research & Development Services: HUBZone – 6; SDVOSB – 38; WOSB – 36
Logistics Services: HUBZone – 6; SDVOSB – 49; WOSB – 27
Facilities Services: HUBZone – 8; SDVOSB – 30; WOSB – 24
Environmental Services: HUBZone – 7; SDVOSB – 7; WOSB – 21

A link to the listings of all companies selected for award is included below:

Phase I apparent awardees are reminded to ensure that their SAM.gov entity information is active, accurate, and complete as final responsibility reviews are required prior to award in accordance with FAR 9.104.

Rolling Awards: This is only the first round of award notifications for these three socioeconomic set-asides. Not all offerors who submitted proposals in response to solicitation numbers 47QRCA23R0003, 47QRCA23R0004, and 47QRCA23R0005 will receive notification of their evaluation outcome at this time. GSA anticipates making awards on a rolling basis in accordance with the solicitation.

Related 

Protest Updates: GSA OASIS+ Total Small Business Set-Aside

GSA announces awardees for OASIS+ Small Business Set Aside contract




Not Yet an OrangeSlices Insider? Learn more about the OS AI Insider Corporate and Individual Plans here. Plans start at $295 annually.

LEAVE A REPLY

Please enter your comment!
Please enter your name here