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
    FDIC's Skybox Software Maintenance Requirement
    Active
    Federal Deposit Insurance Corporation
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for the maintenance and subscription of Skybox Security Software, aimed at enhancing its cybersecurity measures, particularly in firewall change management and the analysis of Advanced Persistent Threats (APTs). The procurement focuses on acquiring specific software licenses and maintenance services, with an emphasis on compliance with federal acquisition regulations and the importance of maintaining effective cybersecurity infrastructure. Interested vendors must ensure they provide pricing for all items with matching part numbers, and they are required to submit their offers by December 2, 2024, at 12 PM EST, with all questions due by November 5, 2024. For further inquiries, potential bidders can contact Diamond Toles at ditoles@fdic.gov or by phone at 571-213-4018.
    FDIC's Splunk Cloud Subscription Maintenance
    Active
    Federal Deposit Insurance Corporation
    The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for the maintenance and subscription services of its Splunk Cloud, aimed at enhancing its data monitoring and analysis capabilities. The procurement focuses on obtaining various Splunk products and services that comply with federal regulations, particularly to meet the Enterprise Logging requirements outlined in OMB M-21-31. This initiative is critical for ensuring data security and operational efficiency within the FDIC's technological framework. Interested vendors must submit their offers by October 31, 2024, with inquiries directed to Diamond Toles at ditoles@fdic.gov or by phone at 571-213-4018.
    CORHQ-24-Q-0435 Oracle Software Maintenance
    Active
    Federal Deposit Insurance Corporation
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for the maintenance subscription of Oracle Hyperion Cloud services under solicitation number CORHQ-24-Q-0435. The procurement aims to secure essential IT services that ensure compliance with federal regulations and performance standards, reflecting the FDIC's commitment to efficient and transparent government contracting practices. Proposals are due by 5:00 PM EST on October 30, 2024, and interested vendors must submit a signed RFQ, a completed pricing schedule, and any applicable terms and conditions. For inquiries, vendors can contact Ellisha Smith at ellismith@fdic.gov or by phone at 571-212-4449.
    Full Content Inspection (FCI) Cyber Defensive Capability
    Active
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking information from commercial vendors capable of providing Full Content Inspection (FCI) cyber defensive capabilities for the Department of Defense (DoD) Information Network. The primary objective is to enhance the ability to inspect, detect, and respond to malicious cyber activity at critical points, particularly at ten global DISA Data Centers, utilizing advanced technologies for real-time threat detection and response, including zero-day exploits. This initiative is crucial for maintaining the security and integrity of DoD networks amidst evolving cyber threats, and interested vendors are encouraged to submit detailed proposals regarding their capabilities, pricing, and organizational information. For inquiries, vendors may contact Vanessa McCollum or Ashley Fleming at the provided email address, with the understanding that this is a Request for Information (RFI) and not a solicitation for formal proposals.
    Cloud-Based Internet Isolation (CBII) Service
    Active
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking information from commercial vendors to provide a Cloud-Based Internet Isolation (CBII) service aimed at enhancing cybersecurity for the Department of Defense (DoD). The primary objective is to develop a managed service that isolates non-government internet traffic for approximately 3.6 million Non-classified Internet Protocol Router Network (NIPRNET) users, thereby mitigating cybersecurity risks and alleviating bandwidth constraints. This initiative is critical for securing DoD networks by offloading non-mission essential web traffic to a cloud environment, which will enhance overall cyber protection and operational efficiency. Interested vendors are encouraged to submit white papers detailing their solutions, with responses limited to eight pages, and should direct inquiries to Vanessa McCollum or Amber Lindauer at the provided email address. This RFI is not a solicitation for proposals but a means to gather industry insights for refining the government's acquisition strategy.
    DC3_CTA_RFI2024
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking contractor services to support the Defense Cyber Crime Center's Cyber Training Academy (CTA) through a Sources Sought notice titled DC3CTARFI2024. The primary objective of this procurement is to provide specialized cyber investigative training, enhancing the capabilities of DoD personnel and federal law enforcement agencies in safeguarding information systems against cyber threats. This initiative is crucial for developing a skilled workforce capable of addressing emerging cybersecurity challenges and maintaining the integrity of national security efforts. Interested vendors must submit their capability statements by October 31, 2024, and direct inquiries to the primary contact, Jesica Hunt, at jesica.hunt@us.af.mil, or the secondary contact, Parris Kennedy, at parris.kennedy@us.af.mil.
    Request for Information (RFI)/Sources Sought - DOL Email Subscription Services
    Active
    Labor, Department Of
    The U.S. Department of Labor (DOL) is seeking information from qualified vendors to provide Email Subscription Services as part of its communication strategy. The DOL aims to enhance its email communication capabilities by acquiring a high-capacity, cost-effective solution that meets federal standards, including FedRAMP and FISMA compliance, and integrates with existing CRM systems. This initiative is crucial for managing the large volume of emails sent by the department, ensuring effective outreach while adhering to compliance and performance standards. Interested parties must submit their responses, including a Capabilities Statement and estimated pricing, by November 4, 2024, referencing “RFI No. OAA-25-00005 - DOL Email Subscription Services” in the subject line. For further inquiries, vendors can contact Angela Hyser at hyser.angela.l@dol.gov or Brittany Morrow at morrow.brittany.l@dol.gov.
    LSEG MasterFile Data
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to award a sole source contract to the London Stock Exchange Group PLC for exclusive access to the SEDOL Masterfile data, which is critical for the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC). This procurement is necessary to fulfill the mandates of the Dodd-Frank Wall Street Reform and Consumer Protection Act, which requires these entities to monitor financial stability and assess risks within the U.S. financial system. The SEDOL Masterfile is uniquely provided by LSEG, and no other vendors can supply this essential dataset, reinforcing the necessity of this sole source contract. Interested parties must submit their written responses by 10:00 a.m. EST on November 4, 2024, to purchasing@fiscal.treasury.gov, including company details and a capabilities statement, as no solicitation is available for this opportunity.
    Third Party Data Matching Services
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service on behalf of the Financial Crimes Enforcement Network (FinCEN), is seeking qualified small business vendors to provide Third Party Data Matching Services. The primary objective is to match filed Beneficial Ownership Information with third-party information sources, enhancing the accuracy of data matching against current public information to identify illicit financial threats. This procurement is crucial for FinCEN's mission to safeguard the financial system from illicit use and to combat money laundering. Interested vendors must respond to the Sources Sought notice by October 28, 2024, at 1:00 PM EST, and can direct inquiries to purchasing@fiscal.treasury.gov. The NAICS code for this opportunity is 541519, with a size standard of $34 million.
    Request for Information (RFI) for Police Center (POLC), Fire and Emergency Services (POLC / FES) Service and Support
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking information from potential sources for the Police Center (POLC) and Fire Emergency Services (FES) support, focusing on IT application capabilities across five sites. The objective is to gather data on services related to project management, lifecycle support, and technological enhancements, particularly for 911 telecommunications, dispatching, and comprehensive records management systems. This initiative is crucial for maintaining efficient and secure emergency response systems, ensuring compliance with federal cybersecurity standards, and facilitating the modernization of existing applications. Interested vendors must submit their responses by November 4, 2024, and can direct inquiries to Daniel J. Washington at Daniel.Washington@dla.mil or Whitney Saint-Fleur at whitney.saint-fleur@dla.mil.