Skip to content
General Services Administration

HUD OIG Audit Management System

Solicitation: 47QACA26S0001TUETRAN
Notice ID: d46166330f5e4faf957c0bc737f6ce68
TypeSources SoughtNAICS 513210PSC7A21DepartmentGeneral Services AdministrationAgencyFederal Acquisition ServiceStateDCPostedFeb 23, 2026, 12:00 AM UTCDueMar 03, 2026, 07:00 PM UTCCloses in 8 days

Sources Sought from FEDERAL ACQUISITION SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: DC. Response deadline: Mar 03, 2026. Industry: NAICS 513210 • PSC 7A21.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$101,936,376
Sector total $164,045,756 • Share 62.1%
Live
Median
$98,051
P10–P90
$18,647$476,903
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
62.1%
share
Momentum (last 3 vs prior 3 buckets)
+169040%($101,815,912)
Deal sizing
$98,051 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 • United States
State: DC
Contracting office
Washington, DC • 20405 USA

Point of Contact

Name
Tue Tran
Email
tue.tran@gsa.gov
Phone
949-359-1696
Name
Tue Tran
Email
tue.tran@gsa.gov
Phone
949-359-1696

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
FEDERAL ACQUISITION SERVICE
Subagency
OFFICE OF CENTRALIZED ACQUISITION SERVICES
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 513210

Description

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.  It is neither a solicitation announcement nor a request for proposal (RFP) or request for quote (RFQ) and it does not obligate the Government to award a contract.  Request for a solicitation will not receive a response.  The purpose of this sources sought announcement is for market research to make the appropriate acquisition decisions, to include set aside decisions, to gain knowledge of potential qualified sources and their Small Business Administration (SBA) size classification in relation to North American Industry Classification System (NAICS) 513210 – Software Publishers with size standard of $47,000,000.00.

General Services Administration (GSA) Federal Acquisition Service (FAS) Office of Centralized Acquisition Services (OCAS) is conducting this acquisition on behalf of the Housing and Urban Development (HUD) Office of Inspector General (OIG). HUD OIG is an independent government entity established by the Inspector General Act of 1978, to safeguard Government funds provided to HUD to assist and support affordable housing and community development from fraud, waste and abuse.  HUD OIG is responsible for conducting audits and evaluations to identify, evaluate, and report on the department's activities and programs so that any needed corrective action can be taken, and future problems can be prevented.  HUG OIG uses a cloud based Audit Management Software (AMS) to assist in the audits and evaluations of the department’s activities.

The current AMS contract is expiring this year, and HUD OIG is needing a new contract to continue this need.  HUD OIG is seeking an AMS that is Commercially available off-the-shelf (COTS) item and must meet the following requirements:

  1. Federal Risk and Authorization Management Program (FedRAMP) certified (https://marketplace.fedramp.gov/products)
  2. Current Federal Security Standards to include Federal Information Security Management Act (FISMA) moderate, Federal Information Processing Standard (FIPS) 140-02, and Office of Management and Budget (OMB) M 22-09
  3. At the minimum, AMS functions / characteristics must be:
    1. Cloud based
    2. Compatible in a Microsoft environment
    3. The ability to set up and manage templates, checklists, structures, and workflows
    4. Workpaper and document tracking and collaboration, inclusive of version control, time stamping, cross referencing, and logging such as to create an auditable ‘chain of custody’.
    5. Workflow management, to include assignments, time tracking, access controls, milestone reporting, status reporting, and navigation. 
    6. Support multiple standard file formats
    7. Ability to support/interact with other Federal OIGs utilizing the same systems, in order to conduct peer reviews and collaborative work. 
    8. Offline Review capabilities

In addition to the AMS requirements, the contractor must be able to develop and execute a transition plan to support the orderly migration of records and audits from the current AMS solution to the new AMS solution.

It is anticipated this contract will have an estimated period of performance of a base period of 12 months and up to four option period of 12 months. 

All interested Contractors who can provide the requested services must provide a written response to this sources sought notice and include the following:

  1. A capability statement that addresses the organizations qualifications and ability to perform the requested services; and to include the following information:
    1. Company name,
    2. Address,
    3. Point of contact,
    4. Phone, fax, and email,
    5. UEI number,
    6. If applicable, your GSA Federal Supply Service (FSS) Multiple Award Schedule (MAS) Contract # and Price List.
    7. Type of small business, e.g., Services Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUBZone, Women Owned Small Business (WOSB), Small Disadvantaged Business, or Small Business.
  2. List of past and/or current contracts providing same or similar services. Please include the following information:
    1. Contract Number,
    2. Contracting Officer Name, Phone Number and Email Address,
    3. Contracting Officer Representative Name, Phone Number and Email Address,
  3. Any other pertinent information that may assist the Government in relation to this requirement, commercial standards, industry best practices, etc...

Responses to this sources sought notice must be emailed to Tue Tran, Contracting Officer at tue.tran@gsa.gov.  Please include the following title in the subject line of the email: HUD OIG AMS – SOURCES SOUGHT NOTICE”.  All attachments must be labeled as follows to include the title of the document and contractor’s name; Example: HUD OIG AMS SOURCES SOUGHT NOTICE_Capability Statement_Contractor 123.  Responses must be received no later than March 3, 2026, 11:00 AM Pacific Time (PT). 

After review of the responses to this sources sought announcement, a solicitation may be published at www.sam.gov,  https://www.ebuy.gsa.gov/ebuy/, or any other approved website.  Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement.  All interested parties will have to respond to the solicitation announcement in addition to responding to this sources sought announcement.

If there any questions or concerns, please contact Tue Tran, Contracting Officer at tue.tran@gsa.gov or 949-359-1696.

Important information:  The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement request.  This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.  The Government will in no way be bound to this information if any solicitation is issued.

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.