FDIC's Digicert Subscription Maintenance Requirement
ID: CORHQ-25-Q-0120Type: Solicitation
Overview

Buyer

FEDERAL DEPOSIT INSURANCE CORPORATIONFEDERAL DEPOSIT INSURANCE CORPORATION_

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
    Description

    The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for the maintenance of its DigiCert subscription services, specifically for the Trust Lifecycle Management system. This procurement aims to ensure the continued support and functionality of critical digital trust management services, which are essential for securing sensitive government operations and adhering to cybersecurity standards. The contract will cover a performance period from July 1, 2025, to June 30, 2026, and includes requirements for compliance with supply chain risk management protocols, as well as detailed specifications for contractor qualifications and security measures. Interested vendors can contact Diamond Toles at ditoles@fdic.gov or by phone at 571-213-4018 for further information regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a solicitation for a contract by the Federal Deposit Insurance Corporation (FDIC) for the implementation of a Digicert PKI Subscription Maintenance service. The contract covers several items related to maintaining and supporting the Digicert Trust Lifecycle Manager over a specified period, which extends from July 1, 2025, to June 30, 2026. Key components include a detailed schedule of supplies and services, payment requirements, socio-economic status indicators, and provisions around delivery and acceptance. The solicitation emphasizes electronic funds transfer as the preferred payment method and mandates compliance with inspection and acceptance protocols managed by FDIC's Oversight Manager. In terms of contract administration, the document specifies the necessary qualifications of contractor personnel, training requirements, and security measures concerning federally controlled information. It delineates responsibilities surrounding incident management, confidentiality, and safeguarding sensitive information, further highlighting the ongoing relationship and oversight mechanisms between the FDIC and the contracted vendor. This solicitation reflects ongoing federal efforts to maintain secure and effective information technology systems, ensuring compliance with required standards throughout the contract lifecycle. The document underscores the FDIC’s commitment to transparency, accountability, and fostering competitive procurement practices.
    The document pertains to the Federal Deposit Insurance Corporation (FDIC) and outlines pre-award risk management requirements specifically related to Supply Chain Risk Management (SCRM) for a solicitation process. It delineates key information that offerors must provide to qualify for an award, including their status as a manufacturer or supplier. Offerors are required to categorically classify themselves as either an Original Equipment Manufacturer (OEM), Aftermarket Manufacturer (AM), or Authorized Supplier, in alignment with defined criteria. Additionally, the document mandates the submission of names and addresses for both the manufacturer and any subcontractors involved. Failure to accurately provide this information could lead to ineligibility for contract awards. The document is structured to facilitate clear understanding of compliance requirements essential for potential suppliers within federal procurement contexts, reflecting strict adherence to regulations aimed at minimizing supply chain risks.
    The file outlines a Request for Proposal (RFP) regarding subscription maintenance for DigiCert's Trust Lifecycle Management services as part of a federal government initiative. The requirements detail several line items, including various subscription packages for DigiCert's services, with specific quantities such as 10,000 and 15,000 for different organizational needs. The document specifies a performance period running from July 1, 2025, to June 30, 2026. While financial figures and final pricing remain unspecified, the emphasis is on premium support and organizational certificate subscriptions. The structured format includes sections on item description, pricing schedule, and overall performance expectations. This RFP serves the purpose of acquiring necessary digital trust management services crucial for securing sensitive government operations and ensuring compliance with cybersecurity standards.
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    IT Operational Support Services IDIQ
    Library Of Congress
    The Library of Congress is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for IT Operational Support Services, aimed at providing comprehensive support for the operation and maintenance of IT systems. This contract will encompass a wide range of IT services, including network support, database management, and cloud operations, with a focus on compliance with federal IT security standards and the Library’s Systems Development Life Cycle (SDLC). The contract has a minimum value of $10,000 per task order and a maximum aggregate value of $150,000,000 over a five-year period, from May 1, 2026, to April 30, 2031. Interested parties should review the attached solicitation for detailed requirements and submit their proposals by the specified deadlines, with inquiries directed to Tiffany Lucas at tluc@loc.gov or Stephanie Boone at sboone@loc.gov.
    Limited Sources Justification - Technical Support Service Desk
    Consumer Financial Protection Bureau
    The Consumer Financial Protection Bureau (CFPB) is seeking to continue its mission-critical Information Technology (IT) Service Desk Support Services through a limited sources justification for a follow-on task order. This procurement aims to provide ongoing technical support services, specifically for help desk operations at Tier 1-2 levels, which are essential for maintaining productivity and efficiency within the bureau's IT infrastructure. The current task order, CFP-17-K-000016, was awarded to Focused Management Incorporated (FMI), and the continuation of these services is vital for the bureau's operations. Interested parties can reach out to Peggy J. Wright at peggy.wright@cfpb.gov or call 202-435-7355 for further information regarding this opportunity.
    50310223D0002, Disgorgement and Penalty System (DPS)
    Securities And Exchange Commission
    The U.S. Securities and Exchange Commission (SEC) is seeking continued support for the Disgorgement and Penalty System (DPS) through Contract 50310223D0002, which was awarded to CGI Federal, Inc. on May 15, 2023. The contractor is responsible for providing ongoing hosting, development, modernization, enhancement, and operations and maintenance support for the DPS, which includes all component software and interfaces integral to the system. This procurement is vital for ensuring the effective management and operation of the DPS, which plays a crucial role in the SEC's enforcement actions. For further inquiries, interested parties can contact Christine Dye at dyec@sec.gov or by phone at 202-551-3475.
    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.
    Internal Control Technical Support
    United States International Development Finance Corporation
    The United States International Development Finance Corporation (DFC) has awarded a sole source contract to Taurian Consulting, LLC for Internal Control Technical Support services. This contract, which is in accordance with FAR 6.302(b)(6) and the Veterans Benefit Act of 2003, involves reviewing and updating DFC’s internal control process narratives and is set for a 12-month period, with an optional extension for an additional 12 months starting May 8, 2023. The services provided are crucial for ensuring effective administrative management and compliance within the organization. For further inquiries, interested parties can contact Mariaah Daniel at Mariaah.Daniel@dfc.gov.
    Information Technology Infrastructure Support Services
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking to procure Information Technology Infrastructure Support Services (ITISS) through a follow-on task order valued at approximately $21 million, or $26 million including options. This procurement aims to maintain critical IT infrastructure support while a new competitive contract is being re-competed, ensuring continuity of services essential for the OCC's operations. The acquisition is justified under FAR 8.405-6(a)(1)(i)(C) as a logical follow-on to a previously competed task order, with the contracting officer determining that this limited-source action represents the best value. Interested parties can reach out to Azita Mamdouhi at azita.mamdouhi@occ.treas.gov for further information.
    Operations and Maintenance (O&M) Support for SafeNet Two Factor Authentication System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to extend the Operations and Maintenance (O&M) Support for the SafeNet Two Factor Authentication System for an additional three months. This procurement aims to ensure the continued functionality and security of the authentication system, which is critical for safeguarding sensitive information within the department. The extension is part of an ongoing effort to maintain compliance with IT and telecom security standards. Interested parties can reach out to Dan Schlisserman at daniel.schlisserman@va.gov or Jake Perrotta at jake.perrotta@va.gov for further details regarding this opportunity.