ContractSolicitationWomen-Owned Small Business

One Acquisition Solution for Integrated Services Plus (OASIS+) Women-Owned Small Business (WOSB) Set-Aside Continuously Open Solicitation

GENERAL SERVICES ADMINISTRATION 47QRCA23R0005-P2
Response Deadline
Jan 11, 2027
284 days left
Days Remaining
284
Until deadline
Set-Aside
Women-Owned Small Business
Notice Type
Solicitation

Contract Opportunity Analysis

The General Services Administration (GSA) is issuing a continuously open solicitation for the One Acquisition Solution for Integrated Services Plus (OASIS+) Women-Owned Small Business (WOSB) Set-Aside, aimed at establishing Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for integrated services across multiple agencies. This procurement seeks qualified women-owned small businesses to provide a wide range of professional, scientific, and technical services, with the opportunity to submit proposals for various domains, including Business Administration, Marketing, Human Capital, Financial, and Social Services. The OASIS+ program is significant for enhancing the federal government's access to diverse service providers while promoting socioeconomic goals. Interested offerors must register in the System for Award Management (SAM.gov) and submit proposals through the OASIS+ Symphony Portal, with the submission portal opening on January 12, 2026. For further inquiries, contact the Senior Contracting Officer at oasisplusopen@gsa.gov.

Classification Codes

NAICS Code
541990
All Other Professional, Scientific, and Technical Services
PSC Code
R499
SUPPORT- PROFESSIONAL: OTHER

Solicitation Documents

20 Files
OASIS Plus WOSB SF33.pdf
PDF792 KBJan 20, 2026
AI Summary
This document is a Standard Form 33, "Solicitation, Offer, and Award," used by the federal government for procurement. It outlines the process for submitting offers in response to a solicitation, whether it's a sealed bid (IFB) or a negotiated request for proposal (RFP). The form details sections covering the solicitation itself, instructions for offerors, contract clauses, a list of attachments, and representations and certifications. Key elements include the contract number, solicitation number, issue date, and contact information. Offerors must complete sections related to their name, address, payment terms, and acknowledgment of amendments. The form also includes an "Award" section for government use, detailing acceptance, amount, accounting, and the contracting officer's signature, making it a comprehensive document for federal contracting procedures.
OASIS Plus WOSB RFP 47QRCA23R0005 SF30 and Continuation Pages (Amd 0008).pdf
PDF281 KBJan 20, 2026
AI Summary
Amendment 0008 to RFP No. 47QRCA23R0005 reopens the GSA OASIS+ MAC Program WOSB IDIQ, incorporating significant changes from the Revolutionary FAR Overhaul (RFO) and other clarifications. Key updates include: re-opening the RFP continuously, expanding the number of domains from seven to twelve (adding Business Administration, Marketing, Human Capital, Financial, and Social Services), and revising language for subcontractor information via FedConnect. The amendment also details requirements for socioeconomic certifications, clarifies minimum contract guarantees, and updates rules for Contractor Teaming Arrangements (CTAs). Additionally, there are substantial revisions to evaluation criteria, proposal format, and pricing structures, including new attachments and updated direct labor rate ranges. Offerors must acknowledge this amendment and adhere to the updated requirements for size status, qualifying projects, and financial submissions, with the submission portal going live on January 12, 2026.
OASIS Plus WOSB RFP 47QRCA23R0005 Amendment 0008 1.12.26.pdf
PDF4178 KBJan 20, 2026
AI Summary
The GSA OASIS+ MAC Program's Women-Owned Small Business (WOSB) IDIQ, RFP No. 47QRCA23R0005, is a government-wide, multiple-award contract for integrated services. This solicitation, current as of Amendment 0008, outlines the program's structure, allowing various contract types and pricing at the task order level to achieve total solutions. It encompasses twelve performance areas, known as Domains, covering a broad spectrum of services from Management and Advisory to Financial Services. The program specifies requirements for labor categories (CONUS, OCONUS, specialized), travel pricing, and a Contract Access Fee (CAF). The document details submission instructions, evaluation factors for award, and clauses for both master and task order contracts, emphasizing WOSB certification and adherence to various FAR and GSAM/R provisions. The OASIS+ Submission Portal is the designated platform for proposal submissions and evaluations.
J-1 Labor Categories and Bureau of Labor Statistics Standard Occupational Classifications (Amd 0008).pdf
PDF100 KBJan 20, 2026
AI Summary
Attachment J-1 outlines the OASIS+ labor categories and their alignment with the Bureau of Labor Statistics (BLS) Standard Occupational Classification (SOC) system. This federal standard classifies workers for data collection and dissemination, grouping occupations by similar duties, skills, education, and training. Contractors are responsible for incorporating updated BLS SOC systems for task order pricing and reporting. Labor categories are further defined as Junior (up to 3 years experience), Journeyman (3 to 10 years experience), Senior (over 10 years experience), and Subject Matter Expert (exceptional expertise). While contractors can deviate from these definitions in task order proposals, such deviations must be clearly identified. Although ordering activities are not mandated to use these OASIS+ labor categories, contractors must map all labor categories for task order reporting to these standardized classifications in the Sales Reporting Portal.
J-2 Transactional Data Reporting and Contract Access Fee (Amd 0008).pdf
PDF118 KBJan 20, 2026
AI Summary
Attachment J-2 outlines the mandatory reporting requirements for contractors under a Master Contract, focusing on task orders, transactional data, and Contract Access Fees (CAF). Contractors must report all orders, CLIN and cost information, modifications, invoices, and CAF data by the specified dates. While some data may auto-populate, contractors are responsible for ensuring accuracy. The document details 52 specific data elements that must be reported, including contract and task order numbers, award dates, descriptions of deliverables, predominant contract types, performance-based contract indicators, issuing and receiving agencies, non-federal entities, ordering contracting officer names, periods of performance, obligated and estimated values, and attachments. It also covers modification details, invoice information (including line item specifics like quantity, unit of measure, and price), CAF reporting, zero invoices, subcontracting details, and various service-related data points such as type of work, place of performance, employee security clearances, labor laws, locations, categories, and indirect costs. Additionally, the attachment specifies the OASIS+ Program CLIN structure for reporting invoices, categorizing line types such as Time and Material/Labor-Hour Services, Cost Reimbursement Services, Fixed Price Services, Ancillary Labor, Materials and Other Direct Costs (ODCs), Travel, Indirect Costs, Award/Fixed/Incentive Fees, Contract Access Fee (CAF), and Zero Invoice.
J-3 Cybersecurity and Supply Chain Risk Management (C-SCRM) Deliverables (Amd 0002).xlsx
Excel131 KBJan 20, 2026
AI Summary
The document outlines two key questionnaires for government contractors: 'Basic Safeguarding of Covered Contractor Information' and 'Cyber-Supply Chain Risk Management Plan'. The first focuses on an offeror's safeguarding measures for Federal Contract Information systems, covering access control, identification, authentication, media protection, physical protection, system and communications protection, and system and information integrity. It includes specific questions aligned with NIST SP 800-53 controls. The second questionnaire, the C-SCRM Plan Template, evaluates a contractor's supply chain risk management maturity. It covers contact information, supply chain provenance, management and supplier governance, information security, physical security, personnel security, supply chain integrity, and supply chain resilience. This section emphasizes identifying critical ICT components, verifying supplier ownership, aligning controls with NIST SP 800-161, and documenting policies for incident detection, physical access, and disaster response. Both documents serve to assess and ensure the security and integrity of information and supply chains within government contracts.
J-4 Department of Defense Required Provisions and Clauses for Task Orders (Amd 0008).pdf
PDF627 KBJan 20, 2026
AI Summary
Attachment J-4 outlines the Department of Defense (DOD) provisions and clauses required for Task Orders under a Master Contract, incorporating DFARS latest changes as of November 10, 2025. It establishes an order of precedence, where Master Contract terms prevail in case of conflict. The document details numerous provisions and clauses, both incorporated by reference and in full text, covering areas such as compensation of former DOD officials, safeguarding defense information, foreign government ownership disclosure, conflict of interest, trade agreements, and specific reporting requirements for performance outside the U.S. and Canada. It also includes full-text provisions on annual representations and certifications, felony convictions, unpaid tax liabilities, offering property for exchange, and identification of restrictions on technical data and computer software. Key clauses address contractor personnel supporting U.S. Armed Forces deployed outside the United States, including requirements for compliance with laws, security, medical support, preliminary personnel requirements, processing, data management, and antiterrorism policies.
J-5 Task Order Clause and Provision Matrix (Amd 0008).pdf
PDF1057 KBJan 20, 2026
AI Summary
Attachment J-5, the OASIS+ Task Order Clause and Provision Matrix, provides guidance for Ordering Contracting Officers (OCOs) and contractors on applicable clauses and provisions at the Task Order level. It emphasizes that while the matrix assists, OCOs must ensure all relevant clauses are included based on contract type and specific requirements. The document references the Revolutionary FAR Overhaul (RFO) and encourages using the FAR Smart Matrix and Acquisition Regulation Comparator (ARC) tools for applicability. It outlines congressional notification procedures for Task Order awards and establishes that Master Contract terms take precedence in case of conflicts. The matrix details various FAR provisions and clauses incorporated by reference, categorized by contract type (Fixed Price, Cost Reimbursement, Time-and-Materials/Labor-Hour, Small Business, and Unrestricted), and includes agency-specific requirements for the Department of Defense (DoD) and Department of Labor (DoL), emphasizing the OCO's role in identifying and incorporating optional or agency-specific clauses.
J.P-1 OASIS Plus Domain Qualifications Matrix and Scorecards (Amd 0008 FINAL).xlsx
Excel103 KBJan 20, 2026
AI Summary
The OASIS+ Domain Qualifications Matrices and Scorecards Amendment 0008 outlines the qualification requirements and evaluation criteria for offerors seeking awards in various OASIS+ Domains. The document emphasizes reviewing Sections L and M of the RFP for detailed instructions and evaluation factors. Each domain, such as Management and Advisory (M&A), Technical and Engineering (T&E), Research and Development (R&D), Intelligence Services (INTEL), Enterprise Solutions (ENT), Environmental (ENV), Facilities (FAC), Logistics (LOG), Financial Services (FS), Human Capital (HC), Business Administration (BA), Marketing and Public Relations (M&PR), and Social Services (SS), has a specific Qualifications Matrix and a corresponding qualification threshold. Small business and socioeconomic set-asides require 36 out of 50 credits, while unrestricted offers generally need 42 credits, with Enterprise Solutions requiring 45 credits. Offerors must meet or exceed these thresholds to be eligible for award. The document also details credit allocation for capabilities like QP Relevance, QP Scale, Integrated Experience, Management & Staffing, Past Performance, Federal Experience Projects (FEPs), Accounting Systems, Government Facility Clearances, and other certifications. Specific provisions are included for Mentor-Protégé Joint Ventures, allowing protégés to meet 50% of the minimum average annual value and QP-Scale thresholds. The submission portal allows for uploading proposal assets across multiple domains.
J.P-2 FPDS Sample (Amd 0008).pdf
PDF1238 KBJan 20, 2026
AI Summary
Attachment J.P-2 provides guidance for accessing and utilizing Federal Procurement Data System (FPDS) reports to verify project experience for the OASIS+ RFP. It outlines a six-step process to navigate fpds.gov, search for contract information using identifiers like contract number or Unique Entity ID, and locate specific contract actions. The document emphasizes that FPDS reports verify project experience in accordance with RFP Sections L.5.2 and L.5.3, while acknowledging potential variations in data fields. A crosswalk table maps elements from the Offeror's Statement of Project (OSP) to corresponding FPDS data fields, including prime contractor, contract number, period of performance, total contract value, NAICS code, funding agency, contract type, and OCONUS work locations. The attachment also provides a sample FPDS report. If an FPDS report is unavailable or lacks sufficient verification, alternative documentation from RFP Section L.5.1.3.1 may be used.
J.P-3 Project Verification Form (Amd 0008).pdf
PDF277 KBJan 20, 2026
AI Summary
Attachment J.P-3, the Project Verification Form, serves as a crucial document for Offerors responding to the OASIS+ Solicitation, enabling them to verify project experience for various purposes, including customer, Joint Venture (JV), and Multiple Award Schedule Contractor Teaming Arrangement (MAS CTA) projects. The form requires Offerors to complete Parts I, II, and III, detailing their information, project identification, and claimed project qualifications. Verification involves a multi-party certification process where customers, JV members, or MAS CTA members authenticate the work performed by signing specific sections (Parts IV, V, or VI). The form also facilitates the demonstration of project relevance to proposed domains, requiring narrative explanations and validation of financial thresholds. This attachment is integral for establishing an Offeror's qualifications and experience in federal, non-federal, and collaborative project environments, ensuring compliance with solicitation requirements for federal and state/local RFPs.
J.P-4 Domain Auto-Relevant NAICS Codes and PSCs (Amd 0008).xlsx
Excel544 KBJan 20, 2026
AI Summary
The OASIS+ Domains Auto-Relevant NAICS Codes & PSCs document outlines the criteria for automatically verifying the relevance of NAICS codes and Product Service Codes (PSCs) for task orders under Multi-Agency Indefinite-Delivery/Indefinite-Quantity (MA-IDIQ) contracts. It details how offerors can claim evaluation credit under the "Relevance" qualification factor, specifically for projects with assigned NAICS codes or PSCs that match those identified in the provided workbook. For task orders where multiple NAICS codes are allowed, offerors must submit supporting documentation like FPDS reports, contract award documents, or the task order solicitation. Non-federal projects and subcontracts are not eligible for automatic relevance verification and require standard documentation. The document includes extensive lists of auto-relevant NAICS codes and PSCs across various domains, including engineering, consulting, research and development, facilities support, and environmental services.
J.P-5 Functional Areas and Sub-Areas (Amd 0008).pdf
PDF281 KBJan 20, 2026
AI Summary
Attachment J.P-5: Functional Areas and Sub-Areas (Amendment 0008) outlines distinct functional areas and sub-areas for claiming “Integrated Experience” credit in government solicitations. The document is divided into two main sections: Section 1 details eleven domains included in the current solicitation, such as Management & Advisory, Technical and Engineering, Research and Development, Intelligence Services, Environmental, Facilities, Logistics, Business Administration, Marketing & Public Relations, Human Capital, Financial Services, and Social Services. Each domain lists numerous sub-areas providing specific examples of services. Section 2 introduces additional functional areas for Integrated Experience credit, including Information Technology (IT) Services, Security & Protection Services, Transportation Services, and Medical Services, each with their own comprehensive lists of sub-areas. This document serves as a guide for potential contractors to understand the scope of services covered and how to claim evaluation credit, particularly in the context of federal RFPs and grants.
J.P-6 Past Performance Rating Form (Amd 0008).pdf
PDF156 KBJan 20, 2026
AI Summary
The document, ATTACHMENT J.P-6, is a Past Performance Rating Form used in government contracting, likely for federal RFPs. It serves as a standardized tool for evaluating a contractor's performance on past projects. The form is divided into two main sections: 'Past Performance Project Identification,' to be completed by the offeror with details like contractor name, project title, and value, and 'Past Performance Reference Information,' to be filled out by a rater (e.g., Contracting Officer, Government employee, or Corporate Official). The rater evaluates the contractor across five mandatory criteria: Technical (Quality of Service), Cost Control, Schedule/Timeliness, Management or Business Relations, and Small Business Subcontracting (for Federal Prime Contract Awards). An optional 'Other' category is also included for additional considerations like trafficking violations or tax delinquency. For each criterion, the rater selects an adjectival rating (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Not Applicable) with corresponding definitions. Marginal or Unsatisfactory ratings require additional comments for substantiation, while 'Not Applicable' ratings require an explanation. The form emphasizes detailed and objective evaluation to inform future source selections.
J.P-7 CTA Qualifications Template (Amd 0008).pdf
PDF1445 KBJan 20, 2026
AI Summary
Attachment J.P-7 outlines templates for Contractor Teaming Arrangement (CTA) Qualifications and Meaningful Relationship Commitment Lists (MRCL) for the OASIS+ contract families. Section A provides a template for Joint Venture Offerors to detail their experience, past performance, and qualifications. Section B focuses on documenting CTA subcontractor team members, requiring legal names, SAM UEIDs, and business size for transparency, aligning with Section G.3.4 CTA Disclosure. Section C details the Meaningful Relationship Commitments, as defined in Section L.5.1.4, where entities must list projects and claimed certifications/systems/resources. Both sections B and C require the Offering Entity's legal name, SAM UEID, solicitation number (47QRCA23R000___), contract name (OASIS+ with the applicable vehicle name), and an authorized representative's signature. This attachment ensures comprehensive disclosure of team qualifications and commitments for all proposal submissions.
J.P-8 Direct Labor Hourly Rate Ranges (Amd 0008).xlsx
Excel71 KBJan 20, 2026
AI Summary
Attachment J.P-8, Amendment 0008, supports the OASIS+ solicitation by detailing direct labor hourly rate ranges for various labor categories. This attachment, referenced in RFP Section L.5.7, provides a list of labor categories, identified by SOC number, along with their corresponding low and high hourly rate ranges. The document includes roles such as Engineers, Managers, Analysts, Specialists, and Administrative staff, all designated as Subject Matter Experts (SME). The purpose is to provide prospective contractors with clear financial parameters for different labor categories, ensuring transparency and aiding in the accurate preparation of proposals for government contracts under the OASIS+ program.
J.P-9 Cost-Price Template (Amd 0008).xlsx
Excel25 KBJan 20, 2026
AI Summary
The document, Amendment 0008 to the L.5.7.2 - Cost/Price Template Instructions, provides detailed guidance for offerors completing the ATTACHMENT J.P-9 - COST/PRICE TEMPLATE for the OASIS+ solicitation. It outlines specific instructions for populating the template with official legal entity names, SAM UEIDs, direct labor rates, indirect rate percentages (Fringe Benefits, Overhead, G&A, and up to ten additional indirect rates), and profit percentages. Offerors can customize indirect cost pool names and formulas to match their actual indirect rate structures, with explanations required in the Basis of Estimate. The template automatically calculates fully burdened hourly labor rates for 15 years, applying an embedded 4.41% escalation factor, which must not be altered. A critical caution is issued against modifying the spreadsheet's rows, columns, or format to ensure compatibility with the OASIS+ Submission Portal. The document emphasizes reviewing Sections L and M of the RFP for comprehensive instructions and evaluation factors.
J.P-12 Subcontractor Letter of Commitment Template (Amd 0008).pdf
PDF77 KBJan 20, 2026
AI Summary
Attachment J.P-12 is an Optional Subcontractor Letter of Commitment Template for the OASIS+ Multi-Agency Contract (MAC). This document outlines the agreement between a proposed subcontractor and a prime contractor, committing the subcontractor to provide services should the prime contractor be awarded the OASIS+ contract. Key components include a statement of commitment for services, authorization for the prime contractor to use the subcontractor's past performance in their proposal, and a statement of understanding regarding limitations on subcontracting for small businesses (not applicable to Unrestricted RFPs). The letter also requires legal information for both the prime and subcontractor, as well as contact details for the subcontractor's representative for validation. The signed letter signifies the subcontractor's commitment to the prime contractor under the OASIS+ MAC contract.
J.P-13 Financial Data Input Template (Amd 0008).xlsx
Excel10 KBJan 20, 2026
AI Summary
Attachment J.P-13 is a Financial Data Input Template supporting the OASIS+ solicitation, specifically Amendment 0008. Its purpose is to collect comprehensive financial data from offerors for evaluation. The template requires offerors to input financial information from their statements for the three most recent years, covering categories such as Current Assets, PPE, Other Assets, Total Assets, Current Liabilities, Other Liabilities, Total Liabilities, Net Sales, and Net Income. Instructions mandate that all financial data must be provided by year for each applicable category, aligning with Section L.5.8.3 of the solicitation. For unpopulated joint ventures, each JV member, mentor, or protégé must submit a separate J.P-13 template, as per Section L.5.1.3.1. The submitted data will be verified against the financial statements provided by the offeror during the evaluation process.
J.P-14 Lateral Springboarding Summary Sheet (Amd 0008).pdf
PDF128 KBJan 20, 2026
AI Summary
The J.P-14 Lateral Springboarding Summary Sheet outlines the process for current OASIS+ contract holders to request lateral springboarding under Section H.11.2, allowing them to apply for additional OASIS+ contract vehicles (e.g., SB, 8(a), SDVOSB, WOSB, HUBZone, or UR). Key requirements for these requests include providing documentation of relevant experience, specifically identifying a minimum of two Qualifying Projects (QPs) performed by an SBA-certified concern for socioeconomic IDIQ proposals. Contractors are restricted to using only existing team members from their current OASIS+ contract and cannot submit new or additional QPs beyond those in their original, successful proposal. The summary sheet requires contractors to provide their legal name, SAM UEID, existing contract number, and the requested solicitation(s), along with an authorized representative's signature. An example demonstrates how to list QPs, including the entity awarded, SAM UEID, and SBA-certified categories.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 13, 2026
amendedLatest Amendment· Description UpdatedJan 20, 2026
deadlineResponse DeadlineJan 11, 2027
expiryArchive DateJan 11, 2027

Agency Information

Department
GENERAL SERVICES ADMINISTRATION
Sub-Tier
FEDERAL ACQUISITION SERVICE
Office
GSA/FAS/PSHC/OASIS PLUS

Point of Contact

Name
Senior Contracting Officer

Official Sources