FDIC's Board Room Collective Technology Refresh
ID: CORHQ-24-R-0713Type: Solicitation
Overview

Buyer

FEDERAL DEPOSIT INSURANCE CORPORATIONFEDERAL DEPOSIT INSURANCE CORPORATION_

NAICS

Engineering Services (541330)

PSC

PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL (T016)
Timeline
    Description

    The Federal Deposit Insurance Corporation (FDIC) is seeking a design-build contractor for the modernization of its Board Room Collective (BRC) located at 550 17th Street, Washington, DC. The project aims to transform the BRC into a state-of-the-art broadcasting and collaboration space, ensuring high-quality audio, video, and lighting systems that support both in-person and remote participation in meetings. This initiative is critical for enhancing communication and collaboration within the FDIC, reflecting the agency's commitment to operational efficiency and modern technology integration. Interested contractors must submit their Phase I proposals by February 14, 2025, with further details available from the primary contact, Diamond Toles, at ditoles@fdic.gov or by phone at 571-213-4018.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents an attendee list from a site visit, likely related to federal or state RFPs (Requests for Proposals) or grants within the technology and integration fields. The list includes participants from various companies, showcasing a diversity of stakeholders involved in the project. Notable organizations include Tek Synap, Bridges System Integration LLC, AVI Systems, and several others. The representation from companies specializing in technology solutions indicates a collaborative effort among industry professionals during the site visit, potentially for assessing project specifications or requirements as part of the proposal process. The document's structure is straightforward, listing names and their associated companies. This reflects the meeting's potential aim of gathering insights or fostering partnerships relevant to upcoming government contracts or funding opportunities. Overall, the list underscores the involvement of multiple entities in addressing government needs through tailored technology solutions, an essential aspect of federal and state procurement processes.
    The FDIC Board Room Collective is hosting a site visit for the CORHQ-24-R-0713 project aimed at modernizing and refreshing their board room technology. The visit, scheduled for January 17, 2025, serves to familiarize potential offerors with the facilities where contracted services will be performed. Attendees are cautioned against side discussions with FDIC staff and must adhere to security protocols, which include badge display and continuous escorting by FDIC employees. The agenda includes introductions, an overview of the project, a walkthrough of various rooms, and discussions on current system pain points tied to audio, video, camera placement, lighting, and control room functionality. Issues identified include inadequate audio control, poor video quality, improper camera angles, and ineffective lighting, all impacting the effectiveness of meetings and broadcasts. The session aims to clarify these challenges, setting the stage for improvements in response to the RFP. Final answers regarding inquiries will be published on sam.gov, ensuring transparency in the procurement process. This project reflects the FDIC's commitment to enhancing their operational capabilities through upgraded technology solutions.
    The document pertains to the Federal Deposit Insurance Corporation (FDIC) request for proposals related to construction and modernization of audio-visual systems for various rooms, including board rooms and conference spaces. It outlines specific instructions for offerors regarding the proposal structure and pricing across multiple tabs within an accompanying Excel workbook. The forecasted Base Period of Performance is set at six months, with key personnel categories—Program Manager, Solution Architect, Installer/Engineer, and Programmer—amounting to a total of four full-time equivalents. Various Contract Line Item Numbers (CLINs) specify tasks related to design, construction, technology integration, and optional future improvements. Offerors are instructed to only input data in designated green cells within the workbook while using the pre-populated information for their proposals. The document emphasizes the need for detailed descriptions of hardware, software, and related costs associated with the project, and it highlights the FDIC’s intention to evaluate the total costs based on a standardized pricing model for all offerors. This process illustrates the FDIC's structured approach to procurement and the emphasis on compliance and accuracy in securing construction and modern technology services.
    The document outlines an amendment to the solicitation for Contract ID CORHQ-24-R-0713, issued by the Federal Deposit Insurance Corporation (FDIC). The amendment addresses questions and responses from potential offerors related to the Phase I proposal for a Board Room modernization project. Key aspects include clarifications about past performance references, proposal submission deadlines (Phase I by January 31, 2025, and Phase II by March 25, 2025), and guidelines regarding the completion of Customer Past Performance Questionnaires (PPQs). It specifies that up to six references can be submitted, combining those from the prime contractor and subcontractors. Additionally, the amendment includes details from a recent site visit, emphasizing security regulations, potential pain points in current audio-visual systems, and expectations for future proposals. The document serves to streamline the proposal process and ensure that vendors comply with FDIC's requirements while encouraging clarity in communications regarding the contract specifications and processes.
    This document is an amendment to a solicitation issued by the Federal Deposit Insurance Corporation (FDIC), specifically for contract CORHQ-24-R-0713. The primary purpose of this amendment is to extend the due date for Phase I proposals to February 14, 2025, at noon EST. Notably, the deadline for questions regarding Phase II remains unchanged and is due on January 31, 2025, at noon EST. The notice highlights crucial information regarding the project timeline, ensuring that interested contractors are aware of the key dates. The document maintains standard government protocol for amendments, outlining the steps required for acknowledgment by contractors and confirming the unchanged status of other terms and conditions related to the contract. Overall, this amendment serves to facilitate a clearer timeline for submissions while adhering to established contracting procedures within government requests for proposals and grants.
    The Federal Deposit Insurance Corporation (FDIC) is soliciting a design-build contractor to modernize their Board Room Collective (BRC) at 550 17th Street, Washington DC. The primary objective is to transform the space into state-of-the-art audio-visual collaboration environments that ensure high-quality broadcasting for both in-person and remote participants. Key requirements include the installation of advanced audio, video, and lighting systems that fully support hybrid meetings, enhance user experience, and meet operational needs. The project involves comprehensive design, construction, and installation processes encompassing all necessary equipment, materials, and licenses. Additionally, the contractor must ensure the solution is scalable and compatible with existing infrastructure, including the FDIC's Virtual Outreach Center. The contract stipulates a timeline for completion of six months post-award, along with warranties and training components for FDIC personnel. Overall, this RFP represents the FDIC’s commitment to modernizing its facilities to facilitate effective communication and collaboration, emphasizing the need for quality, reliability, and compliance throughout the upgrade. The initiative reflects government efforts to enhance operational efficiency while accommodating contemporary technologies and meeting evolving organizational demands.
    This document serves as an amendment to a solicitation by the Federal Deposit Insurance Corporation (FDIC) regarding contract CORHQ-24-R-0713. It specifies an effective date of January 10, 2025, and introduces a deadline for questions related to Phase I of the proposals. Interested parties must submit their inquiries via email to Diamond Toles by January 21, 2025, at 12 PM EST. The document also clarifies that all other terms and conditions of the existing contract remain unchanged and enforceable. This amendment is vital for facilitating communication and ensuring clarity during the proposal process, maintaining compliance with federal procurement protocols.
    The document serves as an amendment to a solicitation by the Federal Deposit Insurance Corporation (FDIC), specifically addressing questions from offerors regarding Phase I of a Request for Proposals (RFP) CORHQ-24-R-0713. It confirms that the due date for Phase I proposals remains January 31, 2025, at noon EST, alongside required past performance questionnaires (PPQs). Key clarifications include that offerors can submit up to six relevant contracts—three from the prime contractor and three from subcontractors—and that PPQs must come directly from client contacts. Furthermore, the document outlines that the Supply Chain Risk Management (SCRM) volume is due during Phase II, specifically on March 25, 2025. The amendment is intended to ensure all participants have a clear understanding of the requirements and timelines, enhancing the submission process for the RFP. The responses provided are crucial for maintaining transparency and facilitating an informed bidding environment, crucial in government contracting contexts.
    The document is an amendment to a federal solicitation by the Federal Deposit Insurance Corporation (FDIC). Its primary purpose is to update specific clauses and provisions concerning an ongoing proposal, specifically extending the Phase II Proposal due date to April 4, 2025. The amendment involves the removal and editing of various FDIC clauses related to minority and women-owned business concerns, equal opportunity certifications, and subcontracting requirements. Key changes include revisions to the Mission Capability Volume instruction and the Subcontracting Plan requirements, emphasizing clarity and compliance for contractors. New clauses regarding subcontracting plans and their evaluation criteria are introduced, detailing approvals and compliance monitoring to ensure adherence to stated goals. The document underscores the importance of properly managing subcontracting relationships and maintaining compliance with the obligations set forth in the amendment. This revision reflects an effort to streamline processes and clarify expectations from prospective contractors, ensuring efficient contract execution alignment with federal regulations.
    This document is an amendment to the solicitation related to a federal contract by the Federal Deposit Insurance Corporation (FDIC), designated as CORHQ-24-R-0713. The primary purpose of the amendment is to extend the Phase II Proposal due date to April 11, 2025, at noon EST. The document includes identification sections such as the contract ID, modification number, and effective date, as well as information about the contracting officer, Diamond Toles, who can be contacted via email or phone. While the amendment alters the submission deadline, it confirms that all other terms and conditions remain unchanged. The focus of the document is to formally communicate changes to potential contractors engaged in the solicitation process, ensuring compliance with federal contracting procedures.
    The document outlines a Confidentiality Agreement executed by contractors, subcontractors, or consultants working with the Federal Deposit Insurance Corporation (FDIC). It mandates that contractors protect the confidentiality, integrity, and availability of sensitive information obtained during their work. Key stipulations include the obligation to report unauthorized disclosures, restrict sensitive information usage, and ensure that subcontractors are subject to the same protective requirements. Contractors must also have their employees sign confidentiality agreements and return or destroy sensitive information upon termination of their duties. The Agreement emphasizes that violations could lead to serious legal consequences and remains effective even after the contract's conclusion. It underscores adherence to federal law while accommodating applicable state law. This document is critical for safeguarding sensitive information in the context of federal contracting and consulting, reflecting the FDIC's commitment to confidentiality and regulatory compliance.
    The Confidentiality Agreement issued by the Federal Deposit Insurance Corporation (FDIC) establishes the protocols that contractors, subcontractors, and consultants must adhere to regarding the handling of sensitive information. The agreement outlines the obligations to protect the confidentiality, integrity, and availability of such information as defined by FDIC Directive 1360.09. Key provisions include the requirement to report any incidents of unauthorized disclosure, limitations on the use and dissemination of sensitive information, and protocols for the return or destruction of information upon contract completion. Additionally, it clarifies the ongoing obligations regarding confidentiality even after the conclusion of the contract. Violations may result in administrative, civil, or criminal actions. The agreement assures that employee rights regarding classified information and whistleblower protection are preserved. This document is critical to safeguarding sensitive data in the context of federal engagements, reinforcing the FDIC's commitment to confidentiality and compliance in its contracts and operations.
    The federal government is soliciting bids for the Board Room Collective Technology Refresh project under the contract number CORHQ-24-R-0713, with an effective date set for January 3, 2025. The solicitation outlines the requirements for a 6-month base period of performance, with the potential for additional option periods. Key personnel include a program manager, solution architect, installer/engineer, and programmer, totaling 4 Full-Time Equivalents (FTEs) for the base period. The project includes design and construction of various rooms, including a board room and conference rooms, and requires offerors to provide detailed schedules of supplies and services, including hardware, software, licenses, and integration furniture. Payment will be made electronically, following specific invoicing instructions. Important contractual terms emphasize inspection, acceptance, and the obligation to comply with federal guidelines regarding information protection. The document serves as a formal request for proposals (RFP), contributing to the government's efforts to modernize its facilities while ensuring accountability, regulatory compliance, and efficient project management.
    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.
    FDIC's OwnData Software Subscription
    Federal Deposit Insurance Corporation
    The Federal Deposit Insurance Corporation (FDIC) is seeking quotes for the OwnData Software Subscription, which includes services and goods related to IT and telecom application development software. This procurement aims to secure subscriptions and maintenance for products such as "Own Accelerate with Gov" and "Salesforce Backup & Recover - Gov," with a performance period from February 25, 2026, to February 24, 2027. The selected contractor will be responsible for adhering to stringent security and privacy compliance requirements while safeguarding sensitive FDIC information. Interested offerors must submit their proposals by 1:00 p.m. EST on January 6, 2026, and direct any inquiries to Hamilton Jackson at hamjackson@fdic.gov by noon on December 18, 2025.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Video Conference Rooms
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified contractors to provide maintenance and support for video conferencing (VC) equipment across its existing and future VC rooms. The procurement aims to ensure operational integrity through managed support services, including maintenance of current systems and installation of new equipment, as the IRS anticipates a total of 557 VC rooms (377 existing and 180 projected). This opportunity is crucial for enhancing communication and collaboration within the agency, with an anticipated Request for Proposal (RFP) to be issued in the second quarter of FY26. Interested vendors must submit their responses to Contracting Officer Jillian Staskin at jillian.n.staskin@irs.gov by December 18, 2025, at 12:00 PM EST, adhering to the specified submission guidelines.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Fish Barrier Admin Wing and Bathroom Remodel
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is seeking qualified vendors to remodel and upgrade the administrative wing and bathrooms at the fish barrier located in Lockport, Illinois. The project includes tasks such as painting walls, installing floor and wall tiles, toilet partitions, and a vanity. This procurement is crucial for maintaining the facility's operational standards and ensuring a functional workspace for personnel. Interested small businesses must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by 1:00 PM Central Time on December 22, 2025, with an estimated award date in January 2026. For inquiries, vendors can contact James Parizek at james.p.parizek@usace.army.mil or 312-846-5585.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project requires the contractor to provide a temporary Surge/Deaerator System, remove an existing tank, and install a new two-tank system to ensure continuous steam service, adhering to all local, state, and federal regulations. This opportunity is critical for maintaining the facility's operational efficiency and safety standards. Interested small businesses must submit their electronic bids by December 22, 2025, at 12:30 PM EST, and are encouraged to contact Kevin Slone at kslone@bop.gov for further inquiries.
    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.
    Broad Government Announcement - DFC Personal Services Contractor (PSC) Program
    United States International Development Finance Corporation
    The U.S. International Development Finance Corporation (DFC) is seeking quotes for Personal Services Contractor (PSC) positions through a Broad Government Announcement (BGA) aimed at enhancing its contracting program. This initiative, authorized by the BUILD Act of 2018, allows DFC to engage individuals for personal services that will not classify them as federal employees, with contracts anticipated to be awarded over a five-year period. The roles available include positions focused on gender equity, catalytic investments, and media relations, all crucial for DFC's mission to mobilize private capital in developing economies. Interested applicants must be U.S. citizens and are encouraged to submit their proposals via email to the DFC Acquisitions Team at PSCQuotes@dfc.gov, with evaluations occurring bi-monthly over the next twelve months.
    Launch Complex (LC) 39 Area Power Duct Bank Replacement
    National Aeronautics And Space Administration
    NASA's Kennedy Space Center is seeking proposals for the Launch Complex (LC) 39 Area Power Duct Bank Replacement project, which involves the design and construction of a new duct bank system to replace the existing degraded infrastructure. The project aims to enhance the power distribution capabilities at LC-39, addressing deficiencies in the current system that has been in place since the 1960s, and is critical for supporting future operations and maintenance at the facility. This procurement will follow a two-phase design-build selection procedure, with a firm-fixed-price contract anticipated to be awarded by July 31, 2025, and proposals for Phase 1 due by December 16, 2025. Interested contractors should direct inquiries to Benjamin Crafton or Jacqueline Brooks via email, and are encouraged to review all solicitation documents available on www.SAM.gov for further details.