FDIC's Akamai Subscription Maintenance
ID: CORHQ-24-Q-0581Type: Solicitation
Overview

Buyer

FEDERAL DEPOSIT INSURANCE CORPORATIONFEDERAL DEPOSIT INSURANCE CORPORATION_

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for the renewal of maintenance services for its Akamai subscription licenses, which are critical for enhancing its cybersecurity capabilities. The procurement includes protection against Distributed Denial of Service (DDoS) attacks and secure cloud-based Domain Name System (DNS) hosting, with various subscription tiers and associated services outlined in the solicitation. This initiative underscores the FDIC's commitment to safeguarding its digital infrastructure and ensuring robust internet security measures for its web and email resources. Interested parties must submit their offers by December 2, 2024, with questions due by November 5, 2024; for further inquiries, contact Diamond Toles at ditoles@fdic.gov or call 571-213-4018.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation and award proposal (CORHQ-24-Q-0581) issued by the Federal Deposit Insurance Corporation (FDIC) for IT security services, specifically focusing on Akamai Subscription Maintenance. The proposal includes various supply and service requirements, including protection against Distributed Denial of Service (DDoS) attacks, secure cloud DNS hosting, and associated maintenance services. Highlighted deliverables cover multiple subscription types, detailing performance periods and associated pricing mechanisms, such as overage rates for additional services. The document specifies the timeframe for contract performance, beginning on February 26, 2025, and extending through multiple option periods until February 25, 2028. The document stipulates compliance with FDIC's quality control and inspection standards, requiring detailed contractor documentation and adherence to federal information security directives. Payment processes emphasize electronic fund transfers, prompt payment requirements, and specific invoicing protocols, which must include comprehensive compliance with conditions set by the FDIC. Overall, the solicitation exemplifies the FDIC's commitment to safeguarding its technological infrastructure while maintaining compliance with regulations and ensuring contractor accountability through stringent oversight and audit measures.
    The document pertains to the pre-award risk management process for the Federal Deposit Insurance Corporation (FDIC) under solicitation number 7.1.2-03, focusing on Supply Chain Risk Management (SCRM) Information. It outlines the necessary details that offerors must provide to establish their eligibility for award consideration. Key requirements include the identification of the product or service, the manufacturer's status (as either Original Equipment Manufacturer, Aftermarket Manufacturer, or Authorized Supplier), and the inclusion of addresses for both manufacturers and subcontractors. Failure to accurately classify their status could lead to disqualification from the bidding process. This document is a critical component of federal procurement procedures, ensuring that potential contractors meet standardized definitions and criteria aimed at mitigating risks associated with supply chain management. The information ensures that the FDIC can effectively evaluate proposals based on compliance and risk factors.
    The document outlines a government Request for Proposal (RFP) for an Akamai Subscription Maintenance service aimed at enhancing the Federal Deposit Insurance Corporation's (FDIC) cybersecurity capabilities. The primary service includes protection against Distributed Denial of Service (DDoS) attacks and secure cloud-based Domain Name System (DNS) hosting. It specifies various subscription tiers for FastDNS and Secure DNS, monitoring services, and optimization assistance, alongside associated overage fees for exceeding monthly usage limits. The cost structure comprises multiple line items detailing each subscription category and purchase type, with a period of performance extending from February 26, 2025, to February 25, 2028. Additionally, the document highlights options for contract renewals, specifying requirements for performance periods over three consecutive years. Overall, the RFP is essential for ensuring robust internet security measures for FDIC's web and email resources, indicative of the federal government's commitment to safeguarding its digital infrastructure.
    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.
    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.
    Request for Information - Cyber Defense and Intelligence Support Services (CDISS)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information through a Request for Information (RFI) regarding Cyber Defense and Intelligence Support Services (CDISS). The objective of this RFI is to gather insights to refine the acquisition strategy, assess potential contract vehicles, and solicit feedback on the draft Statement of Work (SOW) related to enhancing ICE's cybersecurity capabilities, including 24/7 monitoring, incident response, and compliance with federal regulations. This initiative is crucial for strengthening ICE's defenses against cybersecurity threats across a vast network of approximately 53,000 devices. Interested parties must submit their responses by January 9, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contract Specialist Justin Dudenhefer at justin.dudenhefer@ice.dhs.gov or Contracting Officer Pamela Rodgers at pamela.a.rodgers@ice.dhs.gov.
    US Top Level Domain (usTLD) Registry Management Services
    Commerce, Department Of
    The Department of Commerce is seeking a contractor to provide management services for the United States country code Top Level Domain (usTLD) registry. The selected Administrator will be responsible for ensuring secure, stable, and resilient DNS operations while modernizing and enhancing usTLD services, which are vital for maintaining the integrity of internet governance in the U.S. This contract, which spans a total of seven years, includes a nine-month transition period and requires the contractor to implement robust security practices, manage registrar accreditation, and actively combat DNS abuse. Interested parties can direct inquiries to Jacqueline Brown at jbrown4@doc.gov or Blen Gabriel at bgabriel@doc.gov, with the presolicitation currently open for industry review and feedback.
    NFIP Actuarial Services
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). The objective of this procurement is to acquire technical capabilities, analytics, and guidance related to ratemaking and insurance pricing, which are essential for maintaining a financially sound flood insurance structure. This full and open solicitation (RFP No. 70FA6025B00000004) includes a firm-fixed-price contract with a 12-month base period and four one-year options, with proposals due by January 7, 2026. Interested parties can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with key dates including a question submission deadline of December 3, 2025.
    Department of the Air Force (DAF) Identity, Credential, and Access Management (ICAM) Enterprise III, Request For Information (RFI)
    Dept Of Defense
    The Department of the Air Force (DAF) is seeking a qualified vendor to provide comprehensive services for its Identity, Credential, and Access Management (ICAM) Enterprise III program, as outlined in a Request for Information (RFI). The procurement aims to identify a single vendor capable of managing platform operations, sustainment, and enhancement of the DAF ICAM platform, which is critical for onboarding over 3,300 applications and supporting a user base of over 750,000 personnel and millions of non-person entities. This initiative is part of a broader cybersecurity transformation to transition to a Zero Trust Architecture, aligning with the Department of Defense's Digital Modernization Strategy. Interested parties must submit their responses by January 6, 2026, and can direct inquiries to Kurtavius Brown at kurtavius.brown@us.af.mil or Darnita McBride at darnita.mcbride@us.af.mil.
    1 Gbps Symmetrical Ethernet DIA, Rapid City, SD
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking proposals for 1 Gbps symmetrical Ethernet Dedicated Internet Access (DIA) services for its Dakota Water Science Center located in Rapid City, SD. This procurement includes a base year and two option years, emphasizing the need for reliable internet connectivity supported by fiber optic media, IPv4/IPv6 interoperability, and 24/7/365 Network Operations Center (NOC) support, along with a Service Level Agreement (SLA). The opportunity is classified under NAICS code 517111 and Product Service Code DG10, with quotes due by December 17, 2025, at 5:00 PM ET, submitted via email to Elizabeth Adam at eadam@usgs.gov. Evaluation criteria will prioritize technical capability and past performance over price, ensuring that the selected vendor meets the essential requirements outlined in the solicitation.
    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.
    USAC RFQ: Tableau License Renewal
    Federal Communications Commission
    The Federal Communications Commission (FCC) is seeking quotes for the renewal of Tableau Software licenses through the Universal Service Administrative Company (USAC). This Request for Quotes (RFQ) aims to procure the necessary software to support USAC's administrative functions related to the Universal Service Fund and its associated support mechanisms. The renewal of these licenses is crucial for USAC to effectively manage billing, collection, and disbursement functions under FCC oversight. 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.
    F5 Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance and support services for F5 BIG-IP and BIG-IQ systems at Fort Knox, Kentucky. This requirement is aimed at ensuring the continued operational effectiveness of the United States Army Human Resources Command (HRC) through the renewal of brand-name maintenance services. The F5 systems are critical for managing application delivery and security, making this procurement essential for the Army's IT infrastructure. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or call 502-624-3424 for further details regarding this opportunity.