CORHQ-25-Q-0058 FDIC'S DTX Cloud Hub Juniper
ID: CORHQ25Q0058Type: Solicitation
Overview

Buyer

FEDERAL DEPOSIT INSURANCE CORPORATIONFEDERAL DEPOSIT INSURANCE CORPORATION_

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B21)
Timeline
    Description

    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for the procurement of Juniper hardware, software, and professional services to support the deployment of networking equipment at the new DTX Cloud Hub site in Arlington, Virginia. The contractor will be responsible for the design, configuration, testing, and support of Juniper switches and routers, ensuring compliance with federal security protocols and the FDIC’s Secure Baseline Configuration Guide. This procurement is critical for enhancing the FDIC's technological infrastructure while adhering to stringent security measures mandated by federal regulations. Interested vendors must submit their proposals by 1:00 PM EST on April 16, 2025, and direct any questions to Ellisha Smith at ellismith@FDIC.gov or by phone at 571-212-4449.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation issued by the Federal Deposit Insurance Corporation (FDIC) concerning enhancements to their procurement requirements. It specifically extends the due date for proposals to April 16, 2025, and updates the specifications in the pricing schedule related to various hardware and software items, primarily manufactured by Juniper. The amendment details modifications to line items, quantities, and descriptions of goods and support services related to networking infrastructure. The primary goal of this modification is to ensure vendors are informed of these changes, ensuring competitive and compliant proposals in line with federal standards. The updated requirements reflect junctures in technology procurement for government operations, reinforcing the importance of timely, efficient service delivery in federal contracting processes.
    The document outlines a Request for Proposal (RFP) from the Federal Deposit Insurance Corporation (FDIC) for the procurement of Juniper hardware, software, and professional services to deploy switches and routers at a new cloud hub site, DTX Cloud Hub. The contractor is responsible for various tasks, including unpacking and configuring new devices, ensuring compliance with FDIC’s Secure Baseline Configuration Guide, and providing ongoing support. The contractor must possess extensive experience with Juniper deployments in federal networks and compliance with federal security standards. The RFP emphasizes the importance of thorough communication with FDIC throughout the process and mandates weekly updates on project status. The contract spans one year from the date of award and requires inspections and acceptance of delivered services and goods by the FDIC Oversight Manager. Payment terms are specified, including invoicing requirements and electronic funds transfer as the primary payment method. This solicitation reflects the FDIC’s commitment to enhancing its network infrastructure, ensuring effective delivery of financial services while maintaining strict adherence to security and operational protocols.
    The solicitation document outlines a request for proposals (RFP) by the Federal Deposit Insurance Corporation (FDIC) for the provision of Juniper hardware, software, and professional services to support the deployment of networking equipment at the new DTX Cloud Hub site. The contractor will be responsible for tasks including the design, configuration, testing, and support of new Juniper switches and routers, adhering to FDIC’s Secure Baseline Configuration Guide. Key deliverables involve unpacking and configuring devices, ensuring compliance with security protocols, organizing on-site support, and providing thorough documentation of configurations. The project aims to enhance FDIC’s technological infrastructure while maintaining high security standards as mandated by federal regulations. Contractors are required to have significant experience with large Juniper deployments, possess relevant certifications, and adhere to federal security requirements. The contract specifies that payment will be made through electronic funds transfer and outlines the processes for invoicing and compliance with inspection protocols. This solicitation emphasizes efficiency and effective communication between contractors and FDIC, aiming to ensure successful project execution while maintaining stringent security measures throughout the deployment process.
    The document outlines the requirements related to pre-award risk management, specifically within the context of Supply Chain Risk Management (SCRM) as part of the solicitation process (CORHQ-25-Q-0058). It emphasizes the importance of identifying the offeror’s status, categorizing them as either an Original Equipment Manufacturer (OEM), Aftermarket Manufacturer (AM), or Authorized Supplier. Failure to provide this classification could result in ineligibility for contract awards. Additionally, the document requests detailed information about the manufacturer and any subcontractors involved, ensuring transparency and accountability within the procurement process. These details are essential in mitigating risks associated with the supply chain and maintaining compliance with federal regulations. This solicitation underscores the government's commitment to robust risk management protocols prior to awarding contracts.
    The document outlines a detailed request for proposal (RFP) concerning the procurement of hardware and software products, primarily focused on networking solutions by Juniper Networks. It itemizes various categories of goods and services, including high-capacity network switches, licenses for software, and support services like Next Day Support and Core Support. Each entry specifies the manufacturer, part numbers, quantities, unit costs, and total costs, with emphasis on compliance with TAA (Trade Agreements Act). The components listed are essential for setting up and maintaining robust network infrastructure for government entities. The structure of the document presents a clear breakdown by product type and category, allowing easy reference for decision-makers when evaluating responses to the RFP. The overarching goal is to solicit proposals that ensure the procurement of high-performance networking equipment to meet the federal government's operational requirements efficiently and effectively.
    The document is a detailed procurement file involving various hardware, software, and support services related to Juniper Networks products. It lists multiple items requested by federal and state agencies, such as network switches, power cables, licenses for QFX products, and support services like next day and core support. The primary focus is on securing equipment and services for network infrastructure, specifically utilizing Juniper’s products to ensure compliance with government standards. The request includes quantities, product specifications, and specific Juniper part numbers for items like the QFX5120 networking equipment and associated licenses, indicating a need for robust networking solutions. The document also outlines the service contracts, including advanced care and support tailored to governmental use. Overall, the file showcases procurement efforts aimed at enhancing technological capabilities within government operations while adhering to spending and sourcing regulations typical in RFP processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Congress KnowWho for Salesforce Subscription Maintenance
    Federal Deposit Insurance Corporation
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for the Congress KnowWho for Salesforce Subscription Maintenance, a critical requirement for their Office of Legislative Affairs CAUCUS application. The procurement involves providing software subscriptions, with a contract structure that includes a one-year base period from February 1, 2026, to January 31, 2027, followed by two optional one-year extensions, potentially lasting until January 31, 2029. Interested vendors must submit a pricing schedule, software license agreements, and maintenance support agreements, with the proposal due date set for October 31, 2025, by 2:00 PM EST, and an extended deadline for quotes until December 15, 2025, at 6:00 PM EST. For further inquiries, vendors can contact Christina V. Brooks at chrbrooks@fdic.gov or by phone at 571-212-7820.
    Data Modernization Section Support
    Federal Deposit Insurance Corporation
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for a contract to support its Data Modernization Section (DMS), focusing on enhancing its data strategy and artificial intelligence (AI) capabilities. The contractor will provide comprehensive support across four key areas: the Cloud Data Management and Analytics (CDMA) Platform, modernization of the legacy AlphaRex NLP solution, operational support for enterprise AI capabilities, and lifecycle support for new DMS initiatives starting in 2027. This initiative is critical for transforming FDIC's data management into a secure, cloud-based enterprise resource, emphasizing compliance with stringent security and privacy policies. Proposals are due by January 2, 2026, with a total estimated workload of 16,234 hours for the base period, and interested parties can reach out to Mikel Wood at mikwood@fdic.gov or Timothy Whitaker at twhitaker@fdic.gov for further inquiries.
    F5 BIG IP FY23
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance renewal for F5 BigIP devices utilized within the DFAS Enterprise Local Area Network (ELAN). This procurement aims to ensure the continued functionality of the F5 BIG-IP® Local Traffic Manager, which is critical for local and global load balancing across servers, thereby optimizing data center efficiency and overcoming limitations of individual systems. Interested vendors can reach out to primary contact Zachary Wilson at zachary.t.wilson37.civ@mail.mil or by phone at 614-701-3613, or secondary contact Stephanie Smith at stephanie.n.smith60.civ@mail.mil or 614-701-2787 for further details regarding this opportunity.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Federal Communications Commission
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking quotes for the purchase or renewal of EMC All-Inclusive Unity Hardware Support. This Request for Quotes (RFQ) aims to secure essential hardware support services that are critical for the administration of the Universal Service Fund and its associated support mechanisms. The RFQ is part of USAC's ongoing efforts to maintain and enhance its operational capabilities, ensuring effective management of the funds allocated for various telecommunications support programs. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    Brokerage Account Services
    United States International Development Finance Corporation
    The United States International Development Finance Corporation (DFC) is seeking qualified brokerage firms to provide brokerage account services for publicly traded securities. The primary objective is to facilitate the sales and trading of securities, particularly in emerging markets such as India, Brazil, and Mexico, while ensuring compliance with DFC's capital planning strategy. This opportunity is crucial as DFC may hold or receive publicly traded securities through its investment activities, necessitating experienced brokerages licensed in various global markets. Interested entities are encouraged to submit their proposals at any time during the twelve-month notice period, with submissions reviewed on a rolling basis. For inquiries, contact Michael Pasquella at michael.pasquella@dfc.gov or Melissa Hergenrader at melissa.hergenrader@dfc.gov.
    Ethernet Dedicated Internet Services
    Dept Of Defense
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is soliciting quotes for Ethernet Dedicated Internet (EDI) services for its Resident Agency located in Great Lakes, Illinois. The procurement involves the installation of a dedicated commercial circuit, Ethernet hard lines, WIFI for approved areas, and coaxial connections for base broadcast alerts, with a requirement for full installation and ongoing support over a five-year period. This service is critical for ensuring reliable internet access and communication capabilities within the restricted base environment, necessitating vendor compliance with US Navy Facilities (NAVFAC) standards and rapid emergency response protocols. Quotes are due by December 15, 2025, at 10:00 AM EST, and interested vendors must provide company information, including CAGE Code, UEI, TIN, and a completed Schedule of Supplies and Services, with awards based on the Lowest Price Technically Acceptable (LPTA) criteria. For further inquiries, vendors may contact Cameron Roberge at cameron.roberge@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil.
    Juniper Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking procurement of Juniper switching equipment to facilitate the Joint Regional Security Stack (JRSS) migration capabilities at Fort Carson, Colorado. This equipment is critical for the United States Army Human Resources Command (USAREC) as it supports the Integrated Personnel and Pay System (IPERMS), which is essential for managing soldiers' pay and human resources actions. The procurement is aimed at enhancing operational efficiency and ensuring the effective management of soldier-related actions. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or Timothy D. Pike at timothy.d.pike.civ@army.mil for further inquiries.
    Purchase of 6 MFDs and supplies for Diego Garcia
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking quotations for the procurement of six One-Net Multifunctional Devices (MFDs) and associated supplies to be delivered to Diego Garcia via Japan. The MFDs must meet specific technical requirements, including TAA compliance, support for various operating systems, and a minimum print rate of 55 pages per minute, along with necessary consumables such as toners and photoconductor units. This acquisition is crucial for enhancing operational capabilities at naval facilities, ensuring efficient document handling and printing services. Interested vendors must submit their proposals by December 22, 2025, at 10:00 AM EST, and can direct inquiries to Emily Myers at emily.myers@dla.mil.
    Facilities Technology Management (FTM)
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) related to its Facilities Technology Management (FTM) initiative. The primary objectives include providing operations and maintenance support for the TRIRIGA system until its end of life in September 2027, as well as conducting a comprehensive systems assessment to optimize the FBI's facilities technology portfolio. This assessment will involve evaluating existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment. Interested vendors are encouraged to submit capabilities statements by December 23, 2025, and may have the opportunity to participate in a Reverse Industry Day based on their submissions. For further inquiries, contact Tammy Clark at tjclark2@fbi.gov or 304-476-3678, or Marie Agrinzoni at meagrinzoni@fbi.gov.
    Amend 0002: RFQ: Start a 10.709 GB (OTU-2) Jumbo Frame commercial lease Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a commercial lease of a 10.709 GB Jumbo Frame network service for intra-Europe connectivity. This procurement requires vendors to submit quotes for two related solicitations, ensuring diverse paths for network survivability, with the contract awarded to the vendor offering the lowest combined life cycle cost and technical acceptability for both requirements. The selected telecommunications provider must comply with specific commercial item terms and conditions, and all quotes must be submitted with detailed pricing structures. Interested vendors should contact Gretchen Figgins or Dominique Minn for further information, and access to the solicitation documents is restricted to entities registered under the appropriate NAICS code (517111).