FDIC's Nexus Refresh Requirement
ID: CORHQ-25-Q-0180Type: Solicitation
Overview

Buyer

FEDERAL DEPOSIT INSURANCE CORPORATIONFEDERAL DEPOSIT INSURANCE CORPORATION_

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - DATA CENTER PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C20)
Timeline
    Description

    The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for its Nexus Refresh Requirement, aimed at replacing end-of-support networking switches that support mission-critical Synergy servers essential for various FDIC applications. The procurement involves multiple line items for hardware and software goods, including Cisco Nexus 9300 Series switches, associated cables, power supplies, and licensing support, with a performance period spanning from July 1, 2025, to June 30, 2030. This initiative underscores the FDIC's commitment to modernizing its IT infrastructure while ensuring compliance with federal standards and cybersecurity measures. Interested offerors must submit their quotes by June 24, 2025, and can direct inquiries to Diamond Toles at ditoles@fdic.gov or by phone at 571-213-4018.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to the solicitation for the replacement of end-of-support switches supporting the Federal Deposit Insurance Corporation's (FDIC) mission-critical Synergy servers. It addresses inquiries submitted by potential contractors, clarifying a typo related to the duration of a part's performance and providing guidance on obtaining necessary smart account numbers. The amendment updates the Price Schedule and confirms that, aside from these modifications, all other terms and conditions remain unchanged. The key updates include the specification of updated part numbers, the clarification of new requirements, and a detailed Price Schedule listing various hardware and software goods needed for the FDIC Nexus Refresh initiative. The equipment, primarily from Cisco, includes maintenance services and multiple types of hardware components necessary over a defined performance period from July 1, 2025, to June 30, 2030. Overall, the amendment aims to facilitate the procurement process by ensuring all parties have accurate information, thereby enhancing the FDIC's operational capabilities through updated technological infrastructure.
    The document outlines a solicitation/award for various hardware and software goods and maintenance services related to the FDIC Nexus Refresh project. Issued by the Federal Deposit Insurance Corporation, the solicitation aims to replace outdated switches that support the agency's mission-critical Synergy servers, crucial for numerous applications. The request includes specifics on delivery, administration, payment methods, and invoicing requirements. The contract spans from July 1, 2025, to June 30, 2030, detailing terms for inspection, acceptance, and compliance with federal standards. The scope includes hardware maintenance services and specific Cisco products, emphasizing the necessity for contractors to deliver high-quality goods and services in conformity with the FDIC’s standards. Substantial attention is given to cybersecurity and the handling of FDIC information, mandating safeguards and quick response measures for any security incidents involving personal data or sensitive information. The document signifies the FDIC's efforts to modernize its IT infrastructure while ensuring compliance and security throughout the procurement process.
    The document outlines the requirements for the pre-award risk management process related to System Component Risk Management (SCRM) for a federal solicitation. It specifies the information bidders must provide, including the solicitation number, details of the goods or services offered, and the status of the offeror as either a manufacturer or supplier. Offerors must categorize themselves as Original Equipment Manufacturer (OEM), Aftermarket Manufacturer (AM), or Authorized Supplier, based on set definitions. Critical elements include the identification of the manufacturer, subcontractors, and compliance with these classification standards to maintain eligibility for award consideration. The document serves as a guideline for entities responding to government RFPs, ensuring that all necessary information is submitted accurately to facilitate proper evaluation and decision-making by the federal agency.
    The document outlines a request for proposal (RFP) from the FDIC for the procurement and support of hardware and software related to the replacement of end-of-support switches integral for its mission-critical Synergy servers. The RFP specifies various line items categorized under hardware and software maintenance and goods, primarily focusing on Cisco products, such as Nexus switches and accessories, which are essential for maintaining operational efficiency. The anticipated period of performance runs from July 1, 2025, to June 30, 2030, with quantities specified for each item, though the prices remain undisclosed. The document also includes a detailed list of components necessary for the Nexus Refresh project, indicating the critical nature of the equipment involved in FDIC's applications. It underscores the importance of maintaining updated technology infrastructure to ensure smooth operations within the agency's digital framework. Overall, the RFP reflects the FDIC's commitment to enhancing its technology resources while complying with relevant federal standards and requirements.
    The FDIC is seeking proposals to replace end-of-support networking switches that support mission-critical Synergy servers, integral to the operation of most FDIC applications. The request includes multiple line items categorized under hardware and software goods and maintenance. Specifically, it highlights a requirement for a "Nexus Refresh," detailing various Cisco products such as the Nexus 9300 Series switches, associated cables, power supplies, and licensing support for software upgrades across a five-year performance period, from July 1, 2025, to June 30, 2030. The document outlines manufacturer part numbers and intended quantities for various equipment, though pricing details remain unspecified. This effort reflects the FDIC's commitment to maintaining updated and effective technology infrastructure in alignment with regulatory compliance and operational efficiency in its federal duties.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Data Modernization Section Support
    Federal Deposit Insurance Corporation
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for the Data Modernization Section Support contract, aimed at enhancing its data strategy and artificial intelligence capabilities. This initiative encompasses a comprehensive range of services, including support for 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. The contract emphasizes the use of agile methodologies and FedRAMP-certified cloud services, ensuring compliance with FDIC's stringent security and privacy policies. Interested contractors must submit their proposals by January 2, 2026, with a total estimated workload of 16,234 hours for the base period. For further inquiries, potential offerors can contact Mikel Wood at mikwood@fdic.gov or Timothy Whitaker at twhitaker@fdic.gov.
    58--ETHERNET SWITCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Ethernet switches. The contract requires the manufacture of these switches, which are critical for IT and telecommunications infrastructure, ensuring reliable network connectivity for defense operations. The procurement includes specific quality assurance measures, compliance with military standards, and a requirement for firm fixed pricing, with a quantity of five units and a delivery timeline of 365 days. Interested vendors should direct inquiries to Matthew Takach at (717) 605-2640 or via email at matthew.takach@navy.mil, with proposals due by October 16, 2024.
    RFQ_19NP4026Q2111_Network Switches
    State, Department Of
    The US Embassy in Kathmandu is seeking proposals for the procurement of network switches, specifically the Cisco Catalyst 9300 series or equivalent, along with necessary licenses and power supplies. The contractor will be responsible for all logistics, including customs, shipping, and management support functions, ensuring timely delivery of the equipment. This procurement is critical for maintaining the embassy's IT infrastructure and operational capabilities. Proposals are due by January 5, 2026, at 11:59 PM Kathmandu local time, with inquiries accepted until December 12, 2025. Interested vendors must be registered in the SAM database, and the contract will be awarded based on the lowest priced, acceptable, and responsible offeror.
    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.
    Relocate/Reestablish NSF Headquarters IT Infrastructure Operations and Decommission Legacy IT Equipment/Property and Connections.
    National Science Foundation
    The National Science Foundation (NSF) is seeking contractor support for the relocation and re-establishment of its IT infrastructure operations at its new headquarters located at 401 Dulany Street, Alexandria, Virginia. The project involves decommissioning legacy IT equipment while ensuring that mission-critical services remain uninterrupted, and establishing a secure IT infrastructure that complies with FISMA, FITARA, and FedRAMP requirements. This initiative is crucial for maintaining the operational integrity of NSF's services, which include data center management, network support, and cloud services. Interested parties may submit their quotations and technical capabilities to Derek Bowks at dbowks@nsf.gov by December 19, 2025, as the government reserves the right to determine whether to open the requirement to competition.
    SWITCHING GROUP,DIG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and maintenance of the Switching Group, DIG, under a federal contract. The procurement aims to ensure that the specified items are returned to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. This contract is critical for maintaining operational readiness and reliability of communication equipment used by the Navy. Interested vendors must submit their proposals by December 31, 2025, and can contact Sara Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil for further details.
    SWITCH,ETHERNET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is soliciting proposals for the procurement of Ethernet switches, classified under the NAICS code 335313. The contract encompasses the manufacturing and quality assurance requirements for these switches, which are critical components in military communications and operational systems. Interested vendors must ensure compliance with specific inspection and acceptance criteria, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online (NECO) system. For further inquiries, potential bidders can contact Ryan Brennan at 445-737-9728 or via email at RYAN.BRENNAN@DLA.MIL.
    Citrix Universal Premium Concurrent Transition
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors for the procurement of Citrix Universal Premium Concurrent Transition Licenses. This requirement is part of the IRS's initiative to enhance its IT capabilities and will be governed by the Statement of Work provided by the IRS. The solicitation (RFQ 2032L226Q00009) is expected to be released in late December 2025 or early January 2026 and will be exclusively available through NASA SEWP, with a closing date anticipated in the first or second week of January 2026. Interested parties are encouraged to monitor the NASA SEWP site for updates and must submit their quotes through this platform; all inquiries should be directed to Christopher Monosiet at christopher.monosiet@irs.gov.
    N--Structured Network Cabling Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide structured network cabling services for the National Institute of Environmental Health Sciences (NIEHS) located in Research Triangle Park, North Carolina. The contractor will be responsible for planning, installing, and organizing cables and related components to establish a reliable and scalable network infrastructure, which is crucial for supporting engineering, operations, maintenance, and construction personnel. This five-year contract, with a performance period from February 1, 2026, to January 31, 2031, includes specific requirements for cabling types, installation methods, and safety regulations, with a total ceiling of $2 million. Interested parties should contact Andrew Gathogo at andrew.gathogo@nih.gov or +1 984 287 4386 for further details and must acknowledge receipt of the solicitation amendment by the specified deadline.
    Comply to Connect (NAC Replacement)
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking proposals for the Comply to Connect (NAC Replacement) project, which involves the procurement of business application software under the PSC code 7A21. This initiative aims to replace the existing NAC system, ensuring compliance and enhancing operational efficiency within the department. The software is critical for managing IT and telecom applications, thereby supporting the overall mission of the DFAS. Interested vendors can reach out to Gerald Whitsett at gerald.l.whitsett.civ@mail.mil or Jennifer A. Stegman at jennifer.a.stegman.civ@mail.mil for further details regarding this opportunity, which is set to take place in Reston, VA.