OPM USA HIRE II Support Services Request for Information
Sources Sought from FEDERAL ACQUISITION SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: DC. Response deadline: Feb 27, 2026. Industry: NAICS 541512 • PSC DA10.
Market snapshot
Awarded-market signal for NAICS 541512 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541512
Description
USA Hire ℠ Support Services II in support of The United States Office of Personnel Management (OPM)
Issued to: All Industry Partners (Open Market)
Issued by: GSA Assisted Acquisition Services (AAS) ARMY
5 FEBRUARY 2026
Responses due no later than 12:00 hrs. Eastern Time (ET) on 27 FEBRUARY 2026
- INTRODUCTION
The General Services Administration (GSA), Assisted Acquisition Services (AAS) is releasing this Request For Information (RFI) on behalf of The United States Office of Personnel Management (OPM). The purpose of this notice is to assist the Government in conducting market research regarding the subject requirements, promote competition, and garner high-quality proposals.
The Government anticipates conducting an Industry Day and individual Due Diligence sessions in March 2026 for interested parties who respond to this notice to promote competition in a potential future acquisition. The Government is particularly interested in gathering information regarding industry’s capabilities as they relate to the USA HIRE II requirements as listed in the attached draft Section C - Performance Work Statement (PWS). See Attachment 01.
This information will be used for market research only and any information provided by an Industry Partner because of these conversations will not be shared with any other Industry Partner. The Government is not obligated to release a future solicitation.
The RFI is a market research method utilized by AAS Army to determine the extent of interest in a specific acquisition and industry practices related to the acquisition. In this process, the Government requests industry to provide as much information and feedback as possible. The Government will review industry feedback. Based on the merit of the input, and solely at the Government’s discretion, the Government will make a determination as to whether to incorporate any suggestions in the final solicitation package.
This RFI notice does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. The Government may not respond to any specific questions or comments submitted in response to this RFI or information provided as a result of this request. Any information submitted by respondents as a result of this notice is strictly voluntary.
2.0 ANTICIPATED CONTRACT DETAILS
The Government anticipates that this requirement will be awarded on a combination Time and Materials (T&M) and Firm Fixed Price (FFP) basis. The planned SINGLE contract action will include the procurement of labor, other direct costs (ODCs) and travel within the Contiguous United States (CONUS) with a period of performance of a twelve (12) month base and seven (7) year optional periods of performance. The Government intends to award one contract for the entirety of the USA HIRE II requirement.
3.0 SUBMISSION INSTRUCTIONS
The Government requests a RFI response.
-
- RFI Responses. RFI responses shall be submitted by email to AAS Contracting Personnel, Contracting Officer, Steven Nerenberg (steven.nerenberg@gsa.gov) and Contract Specialist, Mike Levy (michael.levy@gsa.gov), no later than 27 FEBRUARY 2026 at 12:00 PM EST. Responses submitted via email must maintain one-inch margins, 12-point Times New Roman font and be single spaced. Submissions shall be no greater than ten (10) pages, inclusive of Corporate Overview.
4.0 RFI OBJECTIVES
4.1 Seek Sources
If there’s an obstacle that would prevent a contractor from responding to an RFP, in the event one is released, please provide an explanation for the Government’s consideration.
4.2 Obtain Feedback on the Draft RFP
- Seek comments/questions on the technical completeness and adequacy of the services described in the attached DRAFT RFP Section C - Performance Work Statement.
- Allow interested companies to make recommendations on enhancing the DRAFT RFP to improve the solicitation and resultant task order.
- Seek input on necessary or beneficial information you would request access to better understand the scope, complexity, size, availability, etc. of the requirements of the RFP.
4.3 Additional Feedback Requested regarding RFP Section C.
- The Government seeks comprehensive recommendations for establishing a secure, centralized 3rd Party Assessment Repository In Accordance With (IAW) Paragraph C.5.6. This knowledge base must comply with federal regulations and ensure security, data sharing, and interconnectivity as required by the PWS. Recommendations should detail technical architecture, governance, operational procedures, and an access strategy.
- How long would it take to complete the transition-in activities outlined in Paragraph C.5.1.6? Explain the overall timeline with a high-level explanation.
- Beyond traditional tiered pricing, what alternative pricing models can provide the necessary flexibility to manage both exponential growth and potential hiring freezes? Please detail how each proposed pricing model addresses these challenges, guarantees the complete execution of all tasks defined in the PWS, and remains aligned with overall project goals for successful contract execution.
- The Government is seeking a commercial platform capable of delivering commercial off-the-shelf (COTS) and Government off-the-shelf (GOTS) assessments to evaluate competencies across Federal occupations. Feedback is specifically requested on whether any requirements in Section C of the PWS are not available via a commercial solution.
- What contract type(s) do you recommend as most suitable for this effort? Please provide a detailed explanation to support your recommendation.
5.0 CORPORATE OVERVIEW
Name of Company
Name of Business Unit Responding to the RFI (if applicable)
Unique Entity Identifier (UEI) Code
Corporate Address
Company POC and Contact Information
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.