SOLICITATION NOTICE
D -- Federal Human Resources Information Technology (HRIT) Modernization
- Notice Date
- 9/30/2025 9:39:13 AM
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- OPM AGENCY WIDE DEFAULT WASHINGTON DC 20515 USA
- ZIP Code
- 20515
- Solicitation Number
- FHRITM250001
- Response Due
- 10/6/2025 12:00:00 AM
- Archive Date
- 10/21/2025
- Point of Contact
- Christina Barr
- E-Mail Address
-
FHR2.0@opm.gov
(FHR2.0@opm.gov)
- Description
- Federal Human Resources Information Technology (HRIT) Modernization Request for Information (RFI) September 4, 2025 BACKGROUND: The United States Office of Personnel Management (OPM), as the federal government�s central human resources (HR) agency, is responsible for setting HR policies, providing HR services, and managing critical personnel systems for the civil service. Currently, OPM�s ability to execute its mission is constrained by the absence of a unified Core Human Capital Management (HCM) platform available for governmentwide use. This limitation has led to fragmented HR processes, inefficiencies, increased administrative burdens across federal agencies, and unnecessary costs. To address these challenges, OPM is seeking to implement a secure, centralized, cloud-based HCM platform compliant with federal regulations that will scale across the federal government as part of a suite of federal HRIT products available to agencies through OPM�s Human Resources Solutions Shared Service Center. By offering a single, integrated platform that can support the entire government, OPM will establish the necessary infrastructure to provide a modern, data-driven federal HR ecosystem and achieve cost and technological efficiencies at scale. The Government�s goal is to have all agencies transitioned to the new HCM platform by July 4, 2027. SCOPE OF WORK: The Contractor shall deliver and sustain a Federal Risk and Authorization Management Program (FedRAMP) certified HCM platform and associated services for the following functional areas of the Federal Human Capital Business Reference Model (HCBRM): (A1.1) Human Capital Strategy; (A1.3) Position Classification and Position Management; (A1.4) Employee Engagement (including employee and management HR self-service); (A3) Talent Development/Learning; (A5) Compensation and Benefits (including Time and Attendance with integration to Federal payroll providers); (A9) Human Capital Analytics and Employee Records; and (X1) Personnel Action Request Processing. (See https://www.opm.gov/services-for-agencies/hr-line-of-business/hc-business-reference-model/.) The government intends for the Core HCM platform to integrate historical and current data across various systems to create a single source of truth. The Core HCM platform shall be adaptive and scalable to include multi-tenant capabilities, role-based workflows, absorb diverse agency systems, and integrate with existing applications. Key HR systems to be integrated include OPM�s retirement systems; USA Staffing and USA Hire (OPM�s Talent Acquisition System, including assessments and onboarding); USA Performance (OPM�s Performance Management System); EHRI/eOPF (OPM�s Enterprise Human Resources Integration and electronic Official Personnel File); and other private sector solutions. HIGH LEVEL OBJECTIVES/TASKS: Core Implementation (completed no later than 60 days after award): Configuration and customization of the vendor�s Core HCM to meet base functional requirements; obtaining Authority to Operate (ATO); interoperability with agency HR systems; data migration plans; change management plans; and user materials for transition to the new platform. Please see the attached �Appendix A: Functional Requirements Matrix� for a draft list of functionalities required for Core Implementation. Agency Transition (testing of the platform is complete no later than 60 days for a small agency, 180 days for a medium agency, and 240 days for a large agency): Agency-specific transition planning and preparation to go-live in the vendor�s Core HCM platform; agency-specific customizations and configurations; agency-specific interoperability with other HR systems; and complete, accurate data migration that minimizes business interruption. Licensing & Sustainment (ongoing): Onboarding agencies in waves with licenses to the Core HCM platform; regular platform updates, operations, and maintenance; continued project management, change management, updates to user materials; and Tier 2/3 help desk support. ANTICIPATED ACQUISITION STRATEGY: Contract Type/Details: Firm-Fixed Price (FFP) Task Orders issued under a 10-year, single-award Indefinite-Delivery Indefinite-Quantity contract. Potential requirement for proposals to be from Original Equipment Manufacturers (OEM) or a specifically authorized OEM representative: OPM is considering including a requirement for proposals to be from OEMs or companies the OEM specifically designates as eligible to submit a proposal for this specific OPM requirement. This consideration is based on several factors. The planned Core HCM project represents one of the largest and most complex human capital management undertakings ever pursued in the public sector. It is anticipated that the project can only succeed with direct, unfiltered access to the OEM's intellectual property and its software architects, developers, and technical expertise to implement changes, customizations, and enhancements that meet Federal requirements. It is the Government's understanding that only the OEM, or a specifically authorized representative, has the complete legal and technical authority to make modifications to the product that are universally applicable across all Federal users. Similarly, it is the Government's understanding that only a direct relationship with the OEM, or its specifically authorized representative, can influence the product's development and ensure the Government has access to future product innovations and upgrades. Finally, only the OEM, or its specifically authorized representative, would have full access to the HCM platform's source code, system architecture, and security protocols necessary to provide security patches, respond to threats, and ensure compliance with Federal cybersecurity standards such as those related to the Federal Information Security Modernization Act (FISMA), Federal Risk and Authorization Management Program (FedRAMP), and National Institute of Standards and Technology (NIST). If you have any objections to the Government's stance that only OEM or OEM-authorized proposals should be accepted for this procurement, we request that you provide a detailed explanation of your reasons. VENDOR RESPONSE REQUIREMENTS: A. Provide a summary of your company�s technical capability, the software product that would be used, and any modifications or configurations that would be necessary to complete the Government�s requirements. Please also provide details regarding teaming arrangements, strategic alliances, or other business arrangements that would be made to complete the requirements. B. Please provide a Rough Order of Magnitude (ROM) for the total cost of the requirement, including the respective amounts for each high-level objective (Core Implementation, Agency Transition (by agency size, i.e., small, medium, large), and Licensing & Sustainment (including how license prices will trend over the 10-year period of performance)), using the assumption of approximately 2 million Federal employees. Please also provide the basis for the ROM, any assumptions that were made to arrive at estimated amounts, and any suggestions for how the Government can construct this requirement to realize cost savings. At such time as a solicitation is issued to fulfill this requirement, the government may require detailed cost or price information in order to perform a realism analysis. C. Identify your company�s size status based upon the applicable North American Industrial Classification System (NAICS) code of 541519. If you believe another NAICS code should be applicable, please identify the NAICS code you consider appropriate for this effort, along with detailed supporting rationale. D. Please also respond to the following questions: (1) Please identify what Appendix A functionalities your product provides out-of-the-box (OOTB) versus what would have to be developed, as well as any additional functionalities your product provides OOTB that may be beneficial to the Government. Please indicate if you believe any of the listed requirements unnecessarily require configuration and would impact implementation without providing benefit? Do you have any other recommendations to improve deployment? (2) Are there any functional requirements in Appendix A that the Government should consider adding to the Core Implementation (within the confines of HCBRM sections A1.1, A1.3, A1.4, A3, A5, A9, and X1)? (3) If this requirement was limited to OEMs or a specifically authorized representative, as noted above, and OPM was to serve as the integrator, what are the benefits and drawbacks to this approach? (4) What metrics should the Government consider using to assess the vendor�s / platform�s performance? (5) Following receipt of an Authority-To-Operate (ATO), what would be your projected schedule for Core Implementation (in number of days after ATO) to (a) complete platform configurations; (b) deliver a data migration strategy; (c) complete interoperability with key systems necessary for launch; (d) deliver change management and project management deliverables; and (e) test the governmentwide version of the platform? Note: The Government�s timeframe of 60 days after award assumes ATO is granted 45 days after award. Is this timeframe feasible? What additional key details would you require to assess your ability to meet this timeline? Any additional insights or recommendations to the timeline are welcomed. (6) For agency-level transitions (agency-specific configurations, interoperability, data migration, testing, project/change management deliverables, and go-live approval), the Government is contemplating a completion requirement of 60 days for a small agency, 180 days for a medium agency, and 240 days for a large agency. Are these timeframes feasible? Would you be able to meet the governmentwide goal of all agencies being transitioned to the platform by July 4, 2027? What additional key details would you require to assess your ability to meet these timelines? Any additional insights or recommendations to the timelines are welcomed. (7) Rather than price the agency-transition tasks according to a pre-defined agency size category (small, medium, or large), would it be more logical to price it per employee? Why or why not? Respondents may also provide alternative pricing approaches for the Government's consideration. (8) Please review the attached draft Contract Line-Item Number (CLIN) structure and its milestone payment schedule and provide feedback on its feasibility, including any questions or alternative recommendations. All responses shall be submitted electronically via email to FHR2.0@opm.gov no later than September 12, 2025. Responses may be used by the Government in developing its acquisition strategy and PWS. ATTACHMENTS: (1) Appendix A: Functional Requirements Matrix (2) Draft CLIN Structure DISCLAIMER THIS IS NOT A SOLICITATION. This is a Request for Information (RFI) only for the purpose of market research. This RFI shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation, Request for Proposal, or any other instrument giving the Government authority to directly enter negotiations and award a contract. Do not submit a formal proposal or quote. Your response to this RFI will be treated only as information for the Government to consider. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their responses. No funds have been authorized, appropriated, or received for this RFI. There is no obligation on the part of the Government to acquire any products or services described in this RFI. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7944c9080e0342019adef383e4f1caf3/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07608544-F 20251002/250930230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |