OPM USA HIRE II Support Services Request for Information

SOL #: 47QFMA25K0009-A00001Sources Sought

Overview

Buyer

General Services Administration
Federal Acquisition Service
GSA FAS AAS OSO (QFA)
Washington, DC, 20405, United States

Place of Performance

Washington, DC

NAICS

Computer Systems Design Services (541512)

PSC

Support Services, Delivered As A Service Contract (Saa S Or Subscription) Involved With The Analysis, Design, Development, Code, Test And Release Packaging Services Associated With Application Development Projects, As Well As Off The Shelf Business Software. (DA10)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Feb 13, 2026
3
Response Deadline
Feb 27, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The General Services Administration (GSA), on behalf of the U.S. Office of Personnel Management (OPM), has issued a Request for Information (RFI) for USA HIRE II Support Services. This RFI is for market research to gather industry capabilities and feedback on a draft Performance Work Statement (PWS) for a potential future acquisition. Responses are due no later than 12:00 PM EST on February 27, 2026.

Purpose & Scope

This RFI aims to promote competition and garner high-quality proposals for the USA HIRE II program, which seeks a commercial solution for a comprehensive assessment platform and services. The objective is to improve Federal agency hiring outcomes by identifying highly qualified candidates through off-the-shelf and custom assessments. The scope includes developing and delivering online assessments (e.g., multiple-choice, adaptive, video, work simulations), supporting various delivery methods (unproctored, proctored), providing psychometric expertise, managing the assessment platform (hosting, content, IT security), integrating with USA Staffing, offering customer/applicant support, and handling transition-in/out activities. Services are for Federal agencies nationwide.

Anticipated Contract Details

The Government anticipates awarding a single contract on a combination Time and Materials (T&M) and Firm Fixed Price (FFP) basis. The period of performance is expected to be a twelve (12) month base period with seven (7) year optional periods. The contract will cover labor, other direct costs (ODCs), and travel within the Contiguous United States (CONUS).

Key Information & Feedback Requested

  • The Government anticipates conducting an Industry Day and individual Due Diligence sessions in March 2026 for interested parties.
  • Feedback is specifically requested on the attached draft Section C - Performance Work Statement (PWS), including technical completeness, adequacy, and recommendations for enhancement.
  • Specific input is sought on:
    • Obstacles preventing a contractor from responding to a future RFP.
    • Recommendations for a secure, centralized 3rd Party Assessment Repository.
    • Estimated timeline for transition-in activities (outlined in PWS Paragraph C.5.1.6).
    • Alternative pricing models to manage growth and potential hiring freezes.
    • Availability of commercial off-the-shelf (COTS) and Government off-the-shelf (GOTS) assessment platforms for PWS requirements.
    • Recommended contract types for this effort.

Submission Instructions

  • Responses are due by 12:00 PM EST on February 27, 2026.
  • Submissions must be emailed to Steven Nerenberg (steven.nerenberg@gsa.gov) and Mike Levy (michael.levy@gsa.gov).
  • Responses shall be no greater than ten (10) pages, inclusive of a Corporate Overview.
  • Formatting requires one-inch margins, 12-point Times New Roman font, and single spacing.
  • The Corporate Overview should include Company Name, Business Unit (if applicable), UEI Code, Corporate Address, and Company POC and Contact Information.

Additional Notes

This RFI is for market research only and does not constitute a Request for Proposal. The Government is not obligated to release a future solicitation, and no reimbursement will be made for submission costs. No set-aside is specified for this RFI.

People

Points of Contact

Steven NerenbergPRIMARY
Mike LevySECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Sources Sought
Posted: Feb 13, 2026
View
Version 3
Sources Sought
Posted: Feb 9, 2026
View
Version 2
Sources Sought
Posted: Feb 6, 2026
View
Version 1Viewing
Sources Sought
Posted: Feb 5, 2026