The General Services Administration (GSA) recently issued a draft Statement of Work for its Best-in-Class Multiple Award Contract (BIC MAC) – the upcoming successor to its One Acquisition Solution for Integrated Services (OASIS) Contract. OASIS has been one of GSA’s most successful vehicles, accounting for $35 billion in obligations, and BIC MAC (now OASIS+) is all set to take its place in the coming years. GSA, on 15th June 2023, released the final Request for Proposal (RFP) for the OASIS+ Program.
GSA OASIS+: What is the Recent Update About?
September 20, 2023
The GSA’s Office of Professional Services and Human Capital Categories (PSHC) will extend the proposal submission period for all six OASIS+ Requests for Proposals (RFPs) to October 20, 2023, at 4:00 PM EDT. The official amendment will be posted before September 22, 2023, to formalize the extension.
The OASIS+ solicitations are being extended to allow for an update to the OASIS+ Submission Portal (OSP) to add one missing data field to support the submission of a Collection of Task Orders awarded under Single Award Indefinite Delivery, Indefinite Quantity contracts (IDIQs), Blanket Purchase Agreements (BPAs), or Basic Ordering Agreements (BOAs) for evaluation credit per the solicitations’ instructions found in paragraph L.5.2.1.
August 8, 2023
As the due date for OASIS+ proposals draws closer, GSA’s Office of Professional Services and Human Capital (PSHC) announced on August 8th that it plans to release a program update no later than the week of August 14 that will include:
- Answers to the questions related to the six OASIS+ Request for Proposals (RFPs). The remaining questions will be answered on a rolling basis throughout the remainder of August.
- Amendment 0002 will clarify certain RFP elements and issue corrective changes to the RFPs and attachments as a result of questions and comments received.
- OASIS+ Submission Portal (OSP/Symphony) Pricing Submission functionality for uploading and populating pricing files.
In addition, PSHC will host an OSP demonstration webinar on August 16, 2023, at 2:00 p.m. EDT.
GSA has encouraged offerors to build out their proposal submissions, including forms J.P-3 Project Verification Form and J.P-6 Past Performance Rating Form (as applicable).
July 05, 2023
The GSA has extended the deadline for submitting questions via OSP to Jul 14, 2023, 04:00 PM ET. providing the offerors additional time to review the RFPs, explore OSP, and provide feedback.
In addition to removing “Draft” from Page #1 of the RFP and extending the deadline for questions (L.3.5), some other changes incorporated in Amendment 0001 are as follows:
- Sec L.5.2.1 & M.6.6 – are revised to clarify the Past Performance information that needs to be submitted to qualify a project for a Qualifying Project (QP) and the corresponding evaluation processes.
- Sec L.5.3.1 – corrected the language for verification requirements and valid FPDS Report
- Revised attachment J.P-1 with corrected references to RFP.
- Revised attachment J.P-3 with additional functionality and corrected references to RFP.
As of Jul 03, 2023, the OSP is open to building proposal submissions and seeing live scoring.
June 26, 2023
GSA’s Office of Professional Services and Human Capital (PSHC) released an important update to OASIS+.
The Office has released the following resources for interested offerors:
- A recorded pre-proposal conference: The optional pre-proposal conference provides an overview of the OASIS+ Request for Proposal (RFPs) and does not introduce any new information to the RFPs released on June 15, 2023. The recording may be accessed via this link.
- A recorded training on the OASIS+ Submission Portal (OSP/Symphony) with instructions on how to navigate through the system for Q&A and proposal submission. The recording may be accessed via this link.
The deadline for questions remains July 6th, 2023 (4:00 p.m. Eastern Time).
June 15, 2023: FINAL RFP RELEASED
GSA has released the final Requests for Proposals (RFPs) for six contracts that encompass the OASIS+ program. The six final solicitations include the following set asides and unrestricted contract opportunities:
- Total Small Business – Sol # 47QRCA23R0001
- 8(a) Small Business Set-Aside – Sol # 47QRCA23R0002
- HUBZone Small Business Set-Aside – Sol # 47QRCA23R0003
- SDVOSB Set-Aside – Sol # 47QRCA23R0004
- WOSB Set-Aside – Sol # 47QRCA23R0005
- Unrestricted – Sol # 47QRCA23R0006
Offerors must submit all questions regarding the solicitation by 4:00 p.m. ET on July 6, 2023, while the proposals are due no later than 4:00 p.m. ET on September 13, 2023.
May 01, 2023
GSA’s Office of Professional Services and Human Capital has dropped a new update that the department is still finalizing the acquisition strategy for the new OASIS+ contract program. The Agency will provide an update on the timing in the next couple of weeks. Any questions related to OASIS+ or to this program update should be sent via email to PSHC-dev@gsa.gov.
March 30, 2023
GSA’s Office of Professional Services and Human Capital (PSHC) is still finalizing the details of the acquisition strategy for the new OASIS+ contract program, and the final solicitation is anticipated to be published within the next 30 days. Any questions related to OASIS+ or to this program update should be sent via email to PSHC-dev@gsa.gov.
March 22, 2023
GSA released a pre-solicitation notice for the upcoming release of the One Acquisition Solution for Integrated Services Plus (OASIS+), Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multi-Agency Contracts (MAC). It is estimated that GSA will be releasing the Final RFP around Apr 06, 2023, with a response time of 90 days. This makes Jul 05, 2023, as submission deadline if GSA follows what they have said in the notice.
March 15, 2023
Apre-solicitation virtual Industry Day event was held on March 15, 2023. During the pre-solicitation Industry Day, the OASIS+ team shared information about sections of the draft RFP and highlight important topics before the final RFP release in Q2 FY23.
March 14, 2023
GSA released Industry Q&A & Feedback from Draft RFP #1 – Phase 2, which had a total of 338 questions.
March 8, 2023
GSA’s Office of Professional Services and Human Capital (PSHC) is issuing a revision to the second draft Request for Proposal (RFP) for the OASIS+ Program. Attachment J.P-8 Domain Qualifications Matrix and Scorecards Rev 3-8 has replaced the previous version released on March 07, 2023.
March 7, 2023
GSA’s Office of Professional Services and Human Capital (PSHC) issued a revision to the second draft Request for Proposal (RFP) for the OASIS+ Program. Attachment J.P-8 Domain Qualifications Matrix and Scorecards Rev 3-7 replaced the previous version released on March 06, 2023.
March 6, 2023
On March 6, 2023, GSA’s Office of Professional Services and Human Capital (PSHC) released the second draft Request for Proposal (RFP) for the OASIS+ Program, taking one step further on the journey of the next generation Best-in-Class Multi-Agency Contracts for complex non-IT services. The OASIS+ Draft RFP contains all sections of the solicitation and qualification matrices for the Unrestricted and Total Small Business vehicles. GSA has included a cover letter with draft RFP #2 outlining changes made in response to comments and feedback from Draft #1.
PSHC has made several adjustments to the OASIS+ acquisition strategy based on stakeholder feedback received in response to the first draft RFPs released in November 2022. Details about the changes that are reflected in the second draft RFPs include (but are not limited to) the following:
- Clarified the NAICS strategy and the overall fair opportunity process
- Updated various areas of Sections L and M
- Clarified teaming arrangements as related to evaluation and performance
- Updated OASIS+ subcontracting plan and goal requirements
- Removed the concept of volume submission
- Affirmed no CPARS at Master IDIQ level, but Master IDIQ Performance Management added to Section F
- Removed the post-award Greenhouse Gas (GHG) reporting requirements from OASIS+ UR, remaining in compliance with the current regulatory requirements
- Removed sustainability-related evaluation criteria for OASIS+ SB
- Refined scope language in each of the domains
- Adjustments made to credits on the Domain Qualification Matrices
- Two clauses have been created for OASIS+ (and are currently under the review process), including a $250,000 minimum sales criteria clause and a cancellation clause specifically for MACs
In addition to the second draft RFP, PSHC posted a portion of the questions and answers in response to the first draft RFP which contained 301 questions. The remaining Q&As will be posted before Industry Day. PSHC is planning to host a pre-solicitation virtual Industry Day event that will focus on sharing information about sections of the draft RFPs and highlighting important topics before the final RFPs are released in Q2 FY23. Please note that we will not be taking live questions during this event.
November 15, 2022
GSA’s Office of Professional Services and Human Capital (PSHC) has released the draft Request for Proposal (RFP) for the OASIS+ Program, bringing the agency one step closer to standing up the next-generation Best-in-Class Multi-Agency Contracts for complex non-IT services.
The publication of the OASIS+ Draft RFP is only for market research purposes and is not a request for offers. The Draft RFP contains all sections of the solicitation and qualification matrices for the Unrestricted and Total Small Business vehicles. The qualification matrices for all proposed socioeconomic vehicles included in the final RFP will mirror the Total Small Business qualification matrices.
GSA has included a cover letter with the draft RFP requesting targeted feedback on specific strategy areas. Interested parties are highly encouraged to review the draft RFP and the associated survey and provide feedback as outlined in the SAM.gov notice. The comment deadline is December 31, 2022.
PSHC will use the Symphony Procurement Suite for OASIS+ proposal submission and evaluations, and the platform will be opened for early registration with the release of this draft RFP. While registration is not required at this time, offerors are highly encouraged to register and use the system for asking questions and submitting feedback on the draft RFP. While using Symphony for asking solicitation-specific questions is preferred, if there are any problems with registration, offerors can submit general feedback or questions related to this draft RFP via email to pshc-dev@gsa.gov.
For additional information regarding Symphony and how to register, please visit the most recent program update posted on the OASIS+ MAC Community of Interest.
September 15, 2022
The Office of Professional Services and Human Capital (PSHC) released the eighth in a series of program updates to OASIS+ to keep the industry informed. This update includes the remaining draft Qualifications Matrices for the initial phase of the procurement. The following domains are now included in the Qualifications Matrix document:
- Facilities (Unrestricted)
- Intelligence (Small Business and Unrestricted)
- Logistics (Small Business and Unrestricted)
- Research and Development (Small Business and Unrestricted)
Each matrix includes specific evaluation criteria and relative evaluation credit to qualify for specific Domains on OASIS+. Additionally, the government is providing a new provisional attachment that includes a list of NAICS and PSC codes under consideration to demonstrate project relevance (Criteria 1 – QP-Relevance), provided the code is selected specifically for that project. Furthermore, this attachment will also be used to demonstrate the breadth of experience. Instructions are included in this attachment.
More details regarding the above highlights can be found in the documents on the OASIS+ Interact page.
GSA has noted that it will continue to update this posting with the latest OASIS+ developments. It still intends to release a Draft RFP for total Small Business and Unrestricted in the Fall of 2022.
August 13, 2022
GSA released the 7th update on the OASIS+, in which the draft of section B, section G, and section H was released. These sections include a proposed strategy for on-ramping/off-ramping, among other important highlights related to transactional data reporting and other contract requirements.
GSA has also released an updated draft Qualifications Matrix document in which qualifying criteria for the Environmental and Facilities Domains have been included. Each matrix includes specific evaluation criteria and relative evaluation credit to qualify for a Domain. Additionally, each Domain’s tab includes a list of NAICS and PSC codes under consideration to demonstrate project relevance (Criteria 1 – QP-Relevance), provided the code is selected specifically for that project.
GSA is also anticipating more updates related to remaining Domain qualifications next month culminating in a complete draft RFP in the first quarter of FY2023. In case the offerors have to provide feedback or have any questions related to this program update, then can send them through an email to PSHC-dev@gsa.gov
July 15, 2022:
The update stated that there would be six domains, and each domain would have a different qualification method based on the draft domain qualification matrix. This matrix provides specific evaluation criteria for each domain and lists the NAICS and PSC Codes that offerors can leverage in a domain. The domains are as follows:
- Technical & Engineering – Small Business
- Technical & Engineering – Unrestricted
- Management & Advisory – Small Business
- Management & Advisory – Unrestricted
- Enterprise Solutions – Unrestricted
These were the other main updates released:
- Q&A responses for Section L&M were released
- The minimum annual value threshold for Qualifying Project increased from $250K to $500K for the Tech & Engineering and Management & Advisory Small Business Domains.
- Solicitation qualification criteria related to Retention and Emerging Technologies were eliminated. Instead, GSA will consider collecting this information from awardees for task order market research purposes.
- Utilizing a 10-year ordering period without options.
- All contracts awarded under OASIS+, including those awarded in later phases or through an open season, will have the same end date.
- As in the legacy OASIS contracts, task orders can extend five years beyond the ten-year ordering period.
- Absent the typical five-year option, small businesses will still be required to represent their size status before the end of the fifth year in accordance with FAR 52.219-28(b)(3)(i).
June 22, 2022:
A new oasis is on the horizon. OASIS’s successor GSA BIC MAC (GSA’s New Professional Services IDIQ) that has been in the making for over a year now, has now been named OASIS Plus (OASIS+). GSA announced yesterday that it intends to release the Draft RFP in Fall of 2022. Further updates will be posted on buy.gsa.gov and interested parties are encouraged to keep an eye on this new Interact page for updates. Now is a good time to review this upcoming opportunity, and consider adding it to your business’s proposal pipeline.
Earlier Updates
OASIS+ will be organized by Domains – which are functional groupings of services, representing a common scope, spanning multiple NAICS codes. The purpose of these Domains is to align order requirements to industry partners that are qualified to perform the services covered under them. Right now, GSA anticipates awarding Domains in phases. We have presented an overview of each Domain with some examples below. These examples are not completely exhaustive but general indications of the types of services to be performed.
Management and Advisory: This Domain encompasses a broad range of management and consulting services to help federal agencies enhance their performance, accomplish mission objectives, and provide operational guidance and support on administrative and management challenges. Some of the examples of this Domain include but are not limited to acquisition and grants management support, business case development/analysis support, change management, configuration management, information analytics, leadership, and organizational assessments and risk assessment, mitigation, and management.
Technical and Engineering: This Domain includes requirements for providing specialized engineering, geoscience, or other technical professional skills performed by engineers, geologists, geophysicists, and technicians to optimize operating conditions and problems to assist the government. This Domain generally encompasses the application of physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, processes, and systems; and providing expert advice and assistance on technical functions and issues.
Research and Development (R&D): The Research and Development (R&D) domain is concerned with achieving any specific or general R&D goals for basic research, applied search, and experimental development. The services for the R&D include the physical, engineering, and life sciences; nanotechnology; biotechnology; and social sciences and humanities. Examples include but are not limited to R&D of automated processes or robotics, psychological science research, life science research, mathematical science research, physical science research, biotechnology research, and process development.
Intelligence Services: This Domain covers technological capabilities to enhance Command, Control, Communications, Intelligence, Surveillance, and Reconnaissance mission requirements for the defense and intelligence ecosystem. This service will encompass command and control strategies for intelligence advantage, highlighting a number of initiatives unique to their specific primary missions and in support of solutions for Command, Power and Integration support, Cyber and Tactical Network science, Information Superiority Support, Intelligence Information, Electronic Warfare, Network Visualization, Signals Intelligence, Software Development for specific IT Services, and many more.
Enterprise Solutions: This Domain comprises non-IT services that assist national security systems in accordance with 40 USC § 11103 (a). It contains specialized and highly technical mission objectives that require special management attention due to their importance to the agency’s mission, high development, operating, or maintenance costs, high risk, or high return, or their significant role in the administration of agency programs, finances, property, or other resources.
Environmental Services: This Domain is concerned with faster, more cost-effective ways for agencies to meet environmental objectives. Requirements generally involve diverse teams of scientists, engineers, and other technicians with expertise in areas such as air and water quality, climate change, asbestos contamination, remediation, ecological restoration, and environmental law such as Planning and Documentation Services for the development, planning, facilitation, coordination, and documentation of and/or for environmental initiatives or mandates in chemical, radiological, and/or hazardous materials. Examples include but are not limited to air monitoring, air toxicology, criteria pollutants and Greenhouse Gas (GHG) emissions strategy and analyses, Carbon capture, utilization and storage, Geographical information systems (GIS) support, among others.
Facilities: Evident from the name, this Domain encompasses utility infrastructure, paved services, building maintenance, and real property assets and equipment. The scope for this Domain could include support for federal or industrial real property such as Department of Defense (DOD) installations, hospitals, cemeteries, etc. However, it does not include major/primary purpose construction. Examples include but are not limited to Civil engineering services, Commissioning services, Communication services – general, Building inspection services (including OSHA), Building management services, Cathodic protection, and corrosion control, etc.
Logistics: This Domain focuses on planning and designing, implementing, or operating systems or facilities providing the required distribution and movement of products, ensuring that goods are delivered successfully by road, air, water, rail, or pipeline. This requirement includes reliable strategies for Specialized Cargo Management, Rapid Deployment Of Supplies and Equipment Through Communication and Logistics Systems, ILS Risk Assessment, Schedules Creation and Performance Tracking, Food and Perishable Goods Supply Services, and many others.
Two of the domains included in the recent update, Enterprise Solutions and Logistics, were not among the initial concepts but have been included in the recent update.
What Services Have Been Excluded from the Scope of OASIS+?
According to the recent update, the following services are excluded from the scope of OASIS+:
- Requirements that come under Inherently Governmental Functions defined in FAR Subpart 2.101
- Requirements for Personal Services as laid down in FAR Subpart 2.101
- Any requirement whose main purpose comes under the scope of FAR part 36
- Any requirement whose principal purpose is in a NAICS code not listed under the corresponding Domain solicited
How will GSA prioritize and sequence Domains?
Based on data-driven assessments of need, the GSA will prioritize and add additional Domains (e.g., gaps in existing BIC solutions, anticipated demand changes, emerging administration directives). Future Domains will be unveiled in close collaboration with stakeholders and market research to back them up. GSA is taking the following criteria into account for prioritizing and sequencing Domains for the new Services MAC:
- The administration will make judgments concerning these Domains based on their priorities
- According to market research, demand for complex services is expected to increase over time, which will inform prioritization
- The ordering period for OASIS will end in 2024. OASIS+ will expand on OASIS’s capabilities while also addressing customer requests that were not fulfilled satisfactorily by the previous contract
- Historic spending on services makes it necessary to execute a Domain release prioritization plan that reflects anticipated spend based on market research
- The availability of existing Best-in-Class IDIQs, such as HCaTS, which recently exercised its option, eliminates the need to duplicate services provided early in the life cycles of new services contracts
The Way Forward
GSA’s Office of Professional Services and Human Capital Categories (PSHC) will be releasing further program updates and other sections of the draft RFP in the coming months, ensuring that the industry has enough time to provide feedback before the complete draft solicitation is released (possibly in the next calendar year). GSA is currently accepting questions and feedback from the industry related to this update.
OASIS+ is a golden opportunity to work with the GSA, make a mark in the government marketplace, and take your business to the next level. Our teams closely monitor contract vehicles such as GSA’s OASIS+ and track all their latest developments.
Bidding for large-scale contract vehicles such as these entails a lot of administrative and resource-intensive exercises for small businesses. iQuasar can help you prepare and guide you through the process of developing a winning proposal. iQuasar supports Small Businesses in bidding for contract vehicles, including GSA MAS, OASIS, Polaris, GSA FSS, Alliant SB, 8(a) STARS, HCaTS, Navy SEAPORT-E, CATS+, MOBIS, RMAS, other GWACs, and NIH CIO-SP4. Our team of experts will manage the entire process by helping you assess your eligibility, increase your readiness levels, prepare a proposal development strategy tailored to your firm’s unique requirements, and create a high-quality and compliant proposal response to help you win.