Skip to content
General Services Administration

OPM USA HIRE II Support Services - ADVANCE NOTICE FOR INDUSTRY DAY & DUE DILIGENCE SESSIONS

Solicitation: 47QFMA25K0009
Notice ID: 73b600571b3d4584b70405afca165d16

Special Notice 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.

12-month awarded value
$15,291,679
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$1,955,389
P10–P90
$248,602$6,692,024
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($15,291,679)
Deal sizing
$1,955,389 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20415 United States
State: DC
Contracting office
Washington, DC • 20405 USA

Point of Contact

Name
Steven Nerenberg
Email
steven.nerenberg@gsa.gov
Phone
Not available
Name
Mike Levy
Email
michael.levy@gsa.gov
Phone
Not available

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
FEDERAL ACQUISITION SERVICE
Subagency
GSA FAS AAS OSO (QFA)
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 541512

Description

Updated Version as of 23 February 2026

NOTICE OF INDUSTRY DAY AND DUE DILIGENCE SESSIONS

This letter is an advance notice that the General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services (AAS) intends to release a Request For Information (RFI) on 5 February 2026 and a Request for Proposal (RFP) in October 2026 for the U.S. Office of Personnel Management’s (OPM) USA HIRE II Support Services requirement. The purpose of the USA HIRE II is to provide federal agencies with access to high quality, skills-based assessments designed to identify top talent for federal mission-critical and mission-support jobs. USA Hire II includes off-the-shelf assessments developed for hiring across the federal government and custom assessments designed to meet the unique needs of federal agencies. The online assessment delivery platform at the core of the USA Hire Program includes state-of-the-art technology designed to host and deliver a broad range of online assessments for use in hiring. The platform design provides OPM and the agencies it serves with considerable flexibility to implement assessment methodologies and content that address the dynamic needs of the government and improve hiring outcomes.

The purpose of this letter is to notify all Industry Partners (IPs) that an in-person Industry Day will be held on 17 March 2026 at 100 S Independence Mall W, Philadelphia, PA 19106. The presentation will begin promptly at 09:00 hrs Eastern Time (ET). Sessions will begin on time. The purpose of this Industry Day will be for the Government to explain the overall USA HIRE II Support Services vision as well as to provide details regarding the USA HIRE II Support Services requirements identified at this time. 

Each interested IP shall email the AAS Contract Specialist, Ms. Sarah Hastings at sarah.hastings@gsa.gov, no later than 09:00 hrs ET on 27 February 2026. In the email, the IP shall include the following information: company name, Point of Contact (POC) name, POC email address, POC phone number, and names of additional individuals who will view the presentation. 

The Industry Day session will begin on time. Please arrive at the building no later than thirty (30) minutes prior to the start of the Industry Day. A GSA employee will meet your team at the security desk. 

There will be an opportunity for IPs to ask questions during the presentation. IPs may also submit questions in advance. The Government will present information regarding its current strategy and business drivers for a forthcoming acquisition. After the presentation, the Government will collect questions and caucus for approximately 20 - 30 minutes to discuss the answers. The presentation will then resume, and the Government will provide additional information to address questions.

Following the Industry Day session, each IP shall provide the Government with its attendee list and confirm whether it wants to share this information with other Industry Day participants.

DUE DILIGENCE SESSION NOTICE

This letter also serves as an invitation for eligible IPs to participate in Due Diligence to be held at 100 S Independence Mall W, Room (TBD), Philadelphia, PA 19106.

The Government intends to only conduct due diligence sessions with those contractors the Government team determines are eligible. A contractor may be considered eligible if they respond to the RFI questions by the deadline and based on the following:

  1. The contractor is capable of acting as the prime contractor for this requirement (responsible for the full solution).
  2. The contractor has a commercial product / platform to host and deliver assessments.
  3. The contractor has Industrial/Organizational Psychologist and Psychometric Experts on staff.
  4. The contractor’s written response to the RFI questions.

Notes:

  1. The contractor will be expected to demonstrate their commercial platform during the Request For Proposal (RFP) stage of the acquisition.
  2. Attendance in a Due Diligence Session IS NOT required to participate in the RFP phase of the USA HIRE II acquisition.

The Government will provide other relevant information after the sessions are scheduled. In-person Due Diligence sessions will take place throughout the day from 17 MARCH 2026 through 20 MARCH 2026. The intent of these Due Diligence sessions is to provide potential offerors with an opportunity to become knowledgeable about the Government’s requirements. Due Diligence is not intended to be a marketing pitch for potential offerors, but it is intended to allow potential offerors to ask questions on the upcoming RFQ and on the documents provided as part of this notice. During the Due Diligence sessions, the Government will not permit questions regarding cost or price; IPs attending Due Diligence sessions shall focus on technical questions. Due Diligence sessions are not for attribution, and the Government will not provide written responses to any questions asked by the IPs. The IPs shall not record any portion of the Due Diligence session. All cell phones and other electronic devices shall be turned off during these sessions.

An individual Due Diligence session will be scheduled for 60 minutes with each eligible IP that requests a session. Requests for Due Diligence sessions shall be submitted, to the AAS Contract Specialist, Ms. Sarah Hastings at sarah.hastings@gsa.gov, no later than 09:00 hrs Eastern Time (ET) on 27 FEBRUARY 2026. Requests received after the deadline will not be considered. In the email, the IP shall include the following information: company name, Point of Contact (POC) name, POC email address, POC phone number, and number and names of participants attending the session. Attendance at Due Diligence sessions is limited to no more than ten (10) individuals per IP or IP team. 

On or about 2 MARCH 2026, the AAS CS, Sarah Hastings will contact all IPs that requested a Due Diligence session and provide respective date and time slots. 

Sessions will begin on time. Please arrive at the building at least ten (10) minutes early in order to gain access to the building. A GSA employee will meet your team at the security desk. 

If you have any questions regarding this requirement, you may contact the AAS Contracting Officer, Steven Nerenberg, at steven.nerenberg@gsa.gov, AAS Contract Specialist, Michael Levy at Michael.Levy@gsa.gov, and AAS Contract Specialist, Sarah Hastings, at sarah.hastings@gsa.gov.

Sincerely,


 

_______________________________________

Steven Nerenberg

Contracting Officer, AAS Army

Assisted Acquisition Services 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.