Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SOLICITATION NOTICE

R -- One Acquisition Solution for Integrated Services Plus (OASIS+) Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside

Notice Date
12/18/2025 12:46:28 PM
 
Notice Type
Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
GSA/FAS/PSHC/OASIS PLUS Washington DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
47QRCA23R0004
 
Response Due
10/20/2023 1:00:00 PM
 
Archive Date
01/12/2026
 
Point of Contact
Valerie Ates, Shae Burns
 
E-Mail Address
oasisplus@gsa.gov, oasisplus@gsa.gov
(oasisplus@gsa.gov, oasisplus@gsa.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
December 18, 2025: The General Services Administration (GSA), Federal Acquisition Service (FAS), Professional Services and Human Capital (PSHC) Categories is providing this consolidated notice of a forthcoming amendment in accordance with Federal Acquisition Regulation (FAR) 5.101 (GSA Class Deviation Revolutionary FAR Overhaul (RFO)-2025-05) for the reopening of the One Acquisition Solution for Integrated Services Plus (OASIS+), Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multi-Agency Contracts (MACs). 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. ***************************************************************************************** October 6, 2025: The U.S. General Services Administration�s Office of Professional Services and Human Capital (PSHC) Categories is pleased to announce apparent awardee notifications for 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. Awardees: Below are the total number of socioeconomic small businesses anticipated to be awarded contracts for each contract family across the following six (6) domains: Management & Advisory, Technical & Engineering, Intelligence Services, Logistics, Facilities, and Environmental. 12 Women-Owned SB (WOSB) 13 Service-Disabled Veteran-Owned SB (SDVOSB) 5 Historically Underutilized Business Zone (HUBZone) SB The number of companies anticipated to be authorized to participate by domain are as follows: Management & Advisory: HUBZone - 2; SDVOSB - 8; WOSB - 9 Technical & Engineering: HUBZone - 3; SDVOSB - 9; WOSB - 5 Intelligence Services: HUBZone - 1; SDVOSB - 1; WOSB - 1 Logistics: HUBZone - 1; SDVOSB - 2; WOSB - 2 Facilities: HUBZone - 1; SDVOSB - 1; WOSB - 1 Environmental: HUBZone - 0; SDVOSB - 1; WOSB - 1 A complete listing of all apparent awardees is included within this SAM.gov posting via the �Links� section. Award notifications have been sent via email to offerors who have been determined successful in one or more proposed domains. Apparent awardees are reminded to ensure that their SAM.gov entity information is active, accurate, and complete at all times. Formal awards and notices to proceed (NTPs) for the three socioeconomic contracts will be sent to award recipients as early as October 17, 2025. The newly awarded contracts will be available for ordering in GSA eBuy one business day following the issuance of formal awards and NTPs and upon contractor registration within the Vendor Support Center (VSC), whichever is later. Contract awardees must register their contracts in VSC before they will be visible in eBuy and available for procurement. Questions related to the award announcements should be submitted via email to the OASIS+ Team at oasisplusmods@gsa.gov. Any Contracting Corporate OASIS+ Program Manager (COPM) and/or Corporate OASIS+ Contract Manager (COCM) updates must be requested through FedConnect for all AWARDED contracts. For more information about the OASIS+ Program, please visit: The OASIS+ website and the OASIS+ Interact community. Also, follow our social media channels X and LinkedIn. ***************************************************************************************** September 9, 2025: The U.S. General Services Administration�s Office of Professional Services and Human Capital (PSHC) Categories is pleased to announce rolling awards decisions for the OASIS+ socioeconomic small business (SB) contracts evaluations. 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 A complete listing of all apparent awardees is included within this SAM.gov posting via the �Links� section. IMPORTANT NOTE: Please note that the OASIS+ WOSB, SDVOSB, and HUBZone awards have been made on a rolling basis in accordance with the solicitation section, M.3, Basis for Awards. The Government reserves the discretion to evaluate proposals and issue awards in a manner determined to be in the Government's best interest with respect to prioritization of offers for evaluation, and award issuance in batches and/or on a rolling basis. This cycle of rolling awards continues until all awards are made. Award notifications have been sent via email to offerors who have been determined successful. All 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 IAW FAR 9.104. Formal awards and notices to proceed (NTPs) for this group of awardees for the three socioeconomic contracts will be sent to recipients on or around September 23, 2025. GSA�s eBuy is expected to be open for ordering for this group of OASIS+ Small Business contracts by the following business day. The formal award and NTP milestone will mark the beginning of a five-year base period of performance (PoP), and, if exercised, one five-year option period. Questions related to the award announcements should be submitted via email to the OASIS+ Team at: oasisplusmods@gsa.gov. For more information about the OASIS+ Program, please visit: The OASIS+ website and the OASIS+ Interact community. Also, follow our social media channels X and LinkedIn. ***************************************************************************************** July 2, 2025: GSA�s Office of Professional Services and Human Capital Categories (PSHC) has delayed issuance of awards and Notices to Proceed (NTPs) for OASIS+ 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned SB (WOSB), and Historically Underutilized Business Zone (HUBZone) SB Set-Aside contracts as a result of pending litigation filed against these specific groups of contract apparent awards that were announced on SAM.gov on June 18, 2025. As stated in the agency�s announcements on June 18, 2025, contract awards and NTPs were scheduled to be issued on or around July 2, 2025. However, due to pending litigation, the contract award/NTP dates are delayed. We hope to resolve the protests quickly and will share updates as soon as we are able. The OASIS+ team is committed to making these awards as soon as possible. ***************************************************************************************** June 18, 2025: The U.S. General Services Administration�s Office of Professional Services and Human Capital (PSHC) Categories is pleased to announce apparent awardee notifications for 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. 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. 4 Women-Owned SB (WOSB) 3 Service-Disabled Veteran-Owned SB (SDVOSB) 2 Historically Underutilized Business Zone (HUBZone) SB The number of companies anticipated to be authorized to participate by domain are as follows: Management & Advisory: HUBZone - 4; SDVOSB - 2; WOSB - 3 Technical & Engineering: HUBZone - 2; SDVOSB - 1; WOSB - 2 Intelligence Services: HUBZone - 1; SDVOSB - 0; WOSB - 0 Research & Development: HUBZone - 0; SDVOSB - 0; WOSB - 0 Logistics: HUBZone - 0; SDVOSB - 0; WOSB - 0 Facilities: HUBZone - 0; SDVOSB - 0; WOSB - 0 Environmental: HUBZone - 1; SDVOSB - 0; WOSB - 0 A complete listing of all apparent awardees is included within this SAM.gov posting via the �Links� section. Award notifications have been sent via email to offerors who have been determined successful in one or more proposed domains. Apparent awardees are reminded to ensure that their SAM.gov entity information is active, accurate, and complete at all times. Formal awards and notices to proceed (NTPs) for the three socioeconomic contracts will be sent to award recipients as early as July 2, 2025. The newly awarded contracts will be available for ordering in GSA eBuy no later than one day following the issuance of formal awards and NTPs and upon contractor registration within the Vendor Support Center (VSC), whichever is later. Contract awardees must register their contracts in VSC before they will be visible in eBuy and available for procurement. IMPORTANT NOTE: Please note that the OASIS+ awards will continue to be made on a rolling basis in accordance with the solicitation section M.3, Basis for Awards. The Government reserves the discretion to evaluate proposals and issue awards in a manner determined to be in the Government's best interest with respect to prioritization of offers for evaluation, and award issuance in batches and/or on a rolling basis. This cycle of rolling awards will continue until all awards are made. All offerors have been notified of their proposal status. Questions related to the award announcements should be submitted via email to the OASIS+ Team at oasisplusmods@gsa.gov. Any Contracting Corporate OASIS+ Program Manager (COPM) and/or Corporate OASIS+ Contract Manager (COCM) updates must be requested through FedConnect for all AWARDED contracts. For more information about the OASIS+ Program, please visit: The OASIS+ website and the OASIS+ Interact community. Also, follow our social media channels on X and LinkedIn. ***************************************************************************************** April 4, 2025: 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 A complete listing of all apparent awardees is included within this SAM.gov posting via the �Links� section. Award notifications have been sent via email to offerors who have been determined successful in one or more proposed domains. Apparent awardees are reminded to ensure that their SAM.gov entity information is active, accurate, and complete at all times. Formal awards and notices to proceed (NTPs) for the three socioeconomic contracts will be sent to award recipients as early as April 16, 2025. Ordering under the awarded fair opportunity pools will be made available in GSA eBuy on April 17, 2025 upon contractor registration within the Vendor Support Center (VSC). IMPORTANT NOTE: Please note that the OASIS+ awards will continue to be made on a rolling basis in accordance with the solicitation section M.3, Basis for Awards. The Government reserves the discretion to evaluate proposals and issue awards in a manner determined to be in the Government's best interest with respect to prioritization of offers for evaluation, and award issuance in batches and/or on a rolling basis. If, following award announcements, an offeror has not been notified of their award status, the offeror is still being evaluated as part of the rolling awards process. This cycle of rolling awards will continue until all awards are made. Questions related to the award announcements should be submitted via email to the OASIS+ Team at oasisplusmods@gsa.gov. For more information about the OASIS+ Program, please visit: The OASIS+ website and the OASIS+ Interact community. ***************************************************************************************** February 3, 2025: GSA released Amendment 0007 of the OASIS+ SDVOSB RFP. This action is only applicable to existing offerors that submitted a timely proposal for the OASIS+ SDVOSB RFP by October 20, 2023. The purpose of Amendment 0007 is to incorporate the amended FAR provision, 52.204-7 System for Award Management (Nov 2024), which provides clarifying language related to System for Award Management (SAM) pre-award registration requirements at the recommendation of the Interim Rule issued with FAC 2025-01, FAR Case 2023-018. NOTE: This amendment does not require acknowledgement or signature. Also, no proposal revisions are allowed in response to this amendment. The changes are in the best interest of the Government to be consistent with regulatory updates and awards based on the solicitation�s evaluation criteria. Amendment 0007 does not apply to offerors that have already been awarded an OASIS+ contract under the respective solicitation. Please join the OASIS+ Interact Community to stay updated on this contract program and subscribe to receive emails when program updates are published. We also share updates via our social media channels X (formerly Twitter) and LinkedIn. Follow us! ************************************************************************************* September 23, 2024: In order to finalize the evaluation and award process for all OASIS+ solicitations, GSA is notifying offerors of a request for offer extension through April 20, 2025. This action is only applicable to existing offerors that submitted timely OASIS+ proposal(s) by October 20, 2023. To facilitate this request, GSA has provided a fillable template letter which can be used to acknowledge this request and formally extend an offeror�s proposal validity period (i.e. offer expiration date). A single offer extension letter may be submitted for ALL OASIS+ proposals submitted by an Offeror. To extend an Offeror�s OASIS+ proposal(s) validity, offerors must take the following actions: Complete, sign, and submit the offer extension letter through the OASIS+ Submission Portal (OSP/Symphony) no later than 4:00 PM ET on October 8, 2024. The instructions to upload the letter to the OSP can be found in the �Links� section within this SAM.gov posting and is also included below: https://industrysupport.apexlogic.com/support/solutions/articles/35000258379-acknowledging-the-oasis-proposal-extension Note: Offerors are encouraged to use the provided template letter posted on SAM.gov to extend the proposal validity date. Offerors can also use a different format, such as a letter on company letterhead, as long as it clearly states that the offeror agrees to extend the offer expiration date for all submitted OASIS+ proposals through April 20, 2025 without conditions. Offerors that do not respond and extend their proposal validity period will not be eligible for award if award is made after the current proposal expiration date (October 19, 2024). GSA cannot accept an expired offer to form a binding contract. Any OSP specific system-related issues should be sent directly to: client.support@apexlogic.com. ************************************************************************************* September 19, 2024: The U.S. General Services Administration�s Office of Professional Services and Human Capital (PSHC) Categories is pleased to announce 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 complete listing of all companies selected for award is included in this announcement. Formal awards and notices to proceed (NTPs) for the HUBZone, SDVOSB, and WOSB contracts are anticipated to be sent to award recipients as early as September 30, 2024. The formal award and NTP milestone will mark the beginning of a five-year base period of performance (PoP), and, if exercised, one five-year option period. 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. This means we plan to announce and make awards in phases as they are finalized, and will continue to evaluate the remaining proposals. If you have not received notification of award in this phase, please know that your proposal is still under consideration, and you will be notified at a later phase. On-Ramping: GSA plans to reopen the OASIS+ solicitations for open on-ramping in FY 2025. Prospective contractors who did not submit an offer during the first solicitation period and those who received notification that they were unsuccessful during this Phase I round of evaluations are encouraged to continue working on their proposals in readiness for submission when the solicitation reopens. Monitor this forum for future updates. Questions related to the award announcements should be submitted via the Google Form linked at the bottom of this page. If your submission requires an attachment, please email it to the OASIS+ Team at oasisplusmods@gsa.gov. For more information about the OASIS+ Program, please visit: The OASIS+ Website and the OASIS+ Interact Community. Also, follow our social media channels on X (formerly Twitter) and LinkedIn. ************************************************************************************* May 3, 2024: This update includes the responses to industry questions about OASIS+ Amendment 0006, issued on April 22, 2024. Please note that we removed duplicate questions and focused our responses on common themes. As a reminder, offerors must submit the signed amendment through the OASIS+ Submission Portal (OSP) no later than 4:00 PM ET on May 15, 2024. Response to Amendment 0006 is mandatory and offerors that do not respond to the amendment will be removed from award consideration. Amendment 0006 SF30s must be signed and submitted for each OASIS+ proposal (i.e., SB, 8(a), HUBZone, SDVOSB, WOSB, UR). NOTE: You are advised to upload your signed amendment early enough to avoid any last minute negative impact. Instructions to upload the SF30 to the OSP can be found in the �Links� section within this SAM.gov posting and are also included below: https://industrysupport.apexlogic.com/support/solutions/articles/35000243363-how-to-add-the-amendment-6-sf30 Any OSP specific system-related issues should be sent directly to: client.support@apexlogic.com ************************************************************************************* April 23, 2024: This update revises the process for the submission of questions for OASIS+ Solicitation Amendment 0006. The OASIS+ Submission Portal (OSP/Symphony) Q&A functionality is not available, and questions regarding this amendment must be submitted to oasisplus@gsa.gov no later than 4:00 PM ET on April 26, 2024. Please do not submit the same question for multiple solicitations (e.g., Small Business and Unrestricted) unless it relates to a distinctive change related to that OASIS+ solicitation. Answers will be posted to SAM.gov in early May 2024. In addition, the instructions to upload the SF30 to the OSP can be found in the �Links� section within this SAM.gov posting and is also included below: https://industrysupport.apexlogic.com/support/solutions/articles/35000243363-how-to-add-the-amendment-6-sf30 Any OSP specific system-related issues should be sent directly to client.support@apexlogic.com. ***************************************************************************************** April 22, 2024: OASIS+ Post-Closing Amendment 0006 22 April 2024: GSA released Amendment 0006 of the OASIS+ SDVOSB RFP. This action is only applicable to existing offerors that submitted a timely proposal for the OASIS+ SDVOSB RFP by October 20, 2023. Questions regarding this amendment must be submitted through the OASIS+ Submission Portal (OSP) and are due no later than 4:00 PM ET on April 25, 2024. Offerors must take the following actions to respond to the amendment: Review the amendment, and comply with the provision at FAR 52.204-29 and the clause at 52.204-30. Review the updates made to the solicitation document. Submit the signed amendment through the OSP no later than 4:00 PM ET on May 15, 2024. Instructions on how to upload Amendment 0006 to Symphony can be found at the newly added link below. The due date for response to this amendment is May 15, 2024. Response to Amendment 0006 is mandatory. Offerors that do not respond to the amendment will be removed from award consideration. ***************************************************************************************** November 14, 2023: OASIS+ Initial Proposal Submission Period Closes On October 20, 2023, GSA�s Office of Professional Services and Human Capital Categories (PSHC) officially closed the initial proposal submission period for all six OASIS+ Request for Proposals (RFPs). Thank you to our industry partners and customer agencies for your support and commitment to help us to build FAS�s next generation best-in-class (BIC), multi-agency contract (MAC) program for complex, non-IT, services-based solutions. Our next steps and primary focus in FY 2024 will be on ensuring OASIS+ is �open for business.� That includes evaluating proposals, awarding contracts, publishing an OASIS+ Ordering Guide, and creating and scheduling OASIS+ overview and Delegation of Procurement Authority (DPA) training. Technical evaluations and awards will focus first on the OASIS+ Total Small Business offers since the legacy OASIS Small Business contract end date of ...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/41a702068862439bb9edc83afd4fe869/view)
 
Record
SN07670032-F 20251220/251218230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.