Trellix FireEye (Goods and Support)
ID: CORHQ-25-Q-0076Type: 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 procurement of Trellix FireEye hardware and support services, specifically a Trellix NX-IPS device for deployment at its new Dallas, Texas data center. The procurement process has shifted to a Lowest Price Technically Acceptable (LPTA) evaluation methodology, requiring bidders to meet minimum technical requirements, including providing matching part numbers and proof of authorized reseller status for Trellix products. This initiative underscores the FDIC's commitment to enhancing its cybersecurity infrastructure, ensuring compliance with federal regulations, and maintaining operational security. Interested vendors must submit their quotations by July 21, 2025, and can direct inquiries to Christina V. Brooks at chrbrooks@fdic.gov or by phone at 571-212-7820.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to solicitation CORHQ-25-Q-0076, issued by the Federal Deposit Insurance Corporation (FDIC). This amendment primarily revises the quantities in the Pricing Schedule and extends the due date for quotes. Specifically, the quantity of Line Item 0002 has increased from 1,500 to 3,000, and Line Item 0003 has grown from 1 to 2. The new deadline for submitting quotations has been extended to 6:00 p.m. on July 1, 2025. Despite these adjustments, all other terms and conditions of the solicitation remain unchanged. The amendment is crucial for vendors preparing proposals, ensuring clarity on the updated requirements, and providing additional time for submission.
    This document is an amendment to an existing solicitation (CORHQ-25-Q-0076) from the Federal Deposit Insurance Corporation (FDIC) concerning the procurement of Trellix FireEye Hardware. The amendment notably shifts the proposal evaluation methodology from a "Price Only" approach to a "Lowest Price Technically Acceptable" (LPTA) method. Under this revised approach, contracts will be awarded to the offeror whose proposal is both technically acceptable and has the lowest price. The technical acceptability will be based on meeting FDIC's minimum technical requirements, including providing all items with matching part numbers and proving authorized reseller status for Trellix products. Additionally, the amendment extends the due date for submitting quotations to 6:00 p.m. on July 21, 2025. All other terms and conditions of the solicitation remain unchanged, emphasizing the FDIC's intention to refine its procurement process while ensuring compliance with necessary standards. The amendment reflects the organization’s commitment to transparency and fairness in vendor selection, aligning with federal guidelines for procurement practices.
    The document outlines a federal solicitation by the Federal Deposit Insurance Corporation (FDIC) for the procurement of Trellix (FireEye) network security equipment and associated services. The solicitation includes details such as the contract number, provide dates, and contact information for inquiries. Key components outlined in the solicitation include the requirement for contract performance within a specified period and compliance with various government regulations and socio-economic statuses. The solicitation specifies the types of goods and services requested, including remote solution services, subscriptions for network security, and hardware support. It emphasizes the importance of inspection and acceptance of goods by the FDIC, as well as stipulations for invoicing and payment procedures, including electronic funds transfer. The document's purpose is to formally solicit proposals from interested vendors while ensuring that all bids comply with federal procurement standards. This includes requirements for securing sensitive information, as well as adherence to safety and performance standards defined by the FDIC. Furthermore, it addresses contractor responsibility regarding supply chain risks related to the security of telecommunications equipment and services. Overall, the solicitation serves to inform potential contractors about the FDIC's needs while establishing procedural guidelines essential for compliance and performance under federal regulations.
    The document is a solicitation and award notice from the Federal Deposit Insurance Corporation (FDIC), specifically for a contract related to cybersecurity services and hardware supply. It outlines essential contract details including requisition number, solicitation date, effective date, contractor information, socioeconomic status, and billing instructions. The main items to be supplied include remote solution services, network security subscriptions, and hardware appliances, with a performance period lasting one year from the award effective date. The document explicitly details delivery addresses, payment methods, inspection and acceptance clauses, and contract administration data. It also includes special contract requirements that dictate compliance with various laws and regulations, including cybersecurity measures and prohibitions regarding certain telecommunications equipment. A significant challenge highlighted is ensuring confidentiality and protection of FDIC information. The purpose of this solicitation is to procure reliable cybersecurity solutions to enhance the FDIC's operational security while complying with federal regulations. The meticulous structure of the document ensures that prospective contractors understand the obligations and standards expected of them.
    This document is a solicitation and award form related to federal contracting processes, primarily used by the Federal Deposit Insurance Corporation (FDIC). It outlines the requisition number, contract details, solicitation information, and specifics related to the services and prices of IT hardware and support services. Key elements include the contractor's obligations to deliver specified goods and services, invoicing procedures, payment methods, and compliance with various regulatory standards. The contract stipulates a period of performance lasting one year from the effective date, with details on inspection and acceptance processes, delivery requirements, and conditions regarding the management of confidential FDIC information. Furthermore, it specifies the responsibilities of the Oversight Manager and Contracting Officer, emphasizing the importance of compliance with security and privacy regulations. The form is structured to ensure clear communication between contractors and the FDIC, including guidelines for successful contract performance, payment requests, and the handling of incidents related to information security. This document serves as a critical tool in the government contracting framework, providing the necessary guidelines for fulfilling contractual obligations while adhering to agency regulations.
    The document focuses on the Pre-Award Supply Chain Risk Management (SCRM) Information required for solicitation in the federal government procurement process. It outlines the necessary details that bidders must provide, including specifics about the good, software, or service offered, such as the model number and the status of the offeror as either a manufacturer or a supplier. Additionally, it specifies that the offeror must categorize their status as either an Original Equipment Manufacturer (OEM), Aftermarket Manufacturer (AM), or Authorized Supplier, based on definitions provided in the document. Failure to accurately provide this categorization may lead to disqualification from the award process. The document emphasizes the importance of identifying manufacturers and subcontractors, ensuring transparency and compliance within the procurement framework. It highlights the critical nature of supply chain management in minimizing risks associated with federal contracts and grants, thereby safeguarding government interests and promoting efficient supply chain practices. Overall, the document is a crucial part of the procedures that govern federal solicitations and emphasizes the significance of categorizing suppliers accurately for effective risk management.
    The document outlines a procurement request for a Trellix (FireEye) NX-IPS device intended for deployment at the new Dallas data center (DTX). It lists a total of three procurement items including services, subscriptions, and hardware. Specific line items include consulting and project management services, a network security appliance with capabilities of 1.5 GBPS throughput, and details such as quantities and part numbers of the required equipment. The document specifies key contacts and nonpublic tags indicating sensitive business information. The summary reflects the federal government's focus on securing advanced technology solutions for data management and cybersecurity, emphasizing the need for comprehensive support and services to ensure the effective deployment of these systems within governmental operations.
    The FDIC outlines the evaluation methodology for awarding contracts based on the Lowest Price Technically Acceptable (LPTA) criteria. Proposals will be assessed for technical acceptability, with contracts awarded to the responsive offer that meets minimum technical requirements and presents the lowest price. Key conditions include that all items must have corresponding part numbers in the Price Schedule, and the offeror must be an authorized reseller or partner of Trellix, requiring proof from the lowest priced offeror. Offers are classified as either "acceptable" or "unacceptable," with no advantage for proposals that exceed minimum technical standards. This document emphasizes a straightforward, competitive bidding process in accordance with government contracting principles, focusing on both price efficiency and adherence to specified technical criteria.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Hardware-UPS
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for the procurement of hardware and services related to Uninterruptible Power Supply (UPS) systems, specifically under RFQ CORHQ-25-Q-0474. The initiative aims to replace aging, mission-critical hardware nearing the end of its life, including HPE servers, Data Center Expert software, and various hardware components, while also providing extensive support services across multiple FDIC locations. This procurement is crucial for enhancing the reliability of critical applications and mitigating hardware failures. Interested offerors must submit their proposals by December 12, 2025, at 2:00 PM ET, and can direct inquiries to Kacie Lynch at klynch@fdic.gov or by phone at 703-562-2472.
    Congress KnowWho for Salesforce Subscription Maintenance
    Buyer not available
    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.
    Data Modernization Section Support
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for a contract to support its Data Modernization Section (DMS), focusing on enhancing its data strategy and artificial intelligence (AI) capabilities. The contractor will provide comprehensive support across four key areas: 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. This initiative is critical for transforming FDIC's data management into a secure, cloud-based enterprise resource, emphasizing compliance with stringent security and privacy policies. Proposals are due by January 2, 2026, with a total estimated workload of 16,234 hours for the base period, and interested parties can reach out to Mikel Wood at mikwood@fdic.gov or Timothy Whitaker at twhitaker@fdic.gov for further inquiries.
    Facilities Technology Management
    Buyer not available
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) for its Facilities Technology Management (FTM) initiative. The primary objective is to gather insights and capabilities for contractor support related to TRIRIGA operations and maintenance until its End of Life in September 2027, as well as to conduct a comprehensive system assessment to optimize the FBI's facilities technology portfolio. This assessment will evaluate existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment to recommend optimal systems and develop an agile implementation plan for transitioning away from TRIRIGA. Interested vendors are required to submit a capabilities statement by December 19, 2025, and may have the opportunity to participate in a Reverse Industry Day for select vendors. For further inquiries, interested parties can contact Tammy Clark at tjclark2@fbi.gov or Marie Agrinzoni at meagrinzoni@fbi.gov.
    F5 BIG IP FY23
    Buyer not available
    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.
    Brand Name or Equal Financial Times
    Buyer not available
    The Federal Housing Finance Agency (FHFA) is seeking quotations for 50 licenses for full-text online access to the Financial Times, covering a base year and one option year. This procurement is unrestricted and falls under NAICS code 513120, which pertains to Periodical Publishers, highlighting the importance of access to timely financial news and analysis for the agency's operations. Interested vendors must be registered in the System for Award Management (SAM) and submit their quotations by December 10, 2025, along with any questions by December 4, 2025, to Natalie Wallace at natalie.wallace@fhfa.gov. Quotations must adhere to specific submission guidelines, including a cover page, a technical volume limited to five pages, and a separate price quotation, with the contract awarded to the lowest-priced technically acceptable offer.
    Dell EMC maintenance and support
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide maintenance and support for Dell EMC storage, backup, and recovery products. This procurement aims to ensure the operational efficiency of these critical IT and telecom network support services, as outlined in the IRS Statement of Work entitled "Dell Storage Maintenance Solution." The solicitation (RFQ 2032L226Q00004) is expected to be released in late November or early December 2025, with a closing date anticipated in the first two weeks of December, and will be exclusively available through NASA SEWP. Interested parties should monitor the NASA SEWP site for updates and are encouraged to direct any inquiries to Christopher Monosiet at christopher.monosiet@irs.gov.
    25--PLATE,FIREWALL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the NSN 2510015357755, specifically a PLATE, FIREWALL. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in vehicular equipment applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    Fiduciary Liability Insurance and Consulting Services
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for Fiduciary Liability Insurance and Consulting Services through Request for Quotation No. 2031JW26Q00011. The OCC requires a qualified specialty lines insurance broker to provide fiduciary liability insurance with a minimum coverage of $10 million, along with errors and omissions coverage for its 401(k) plans, and to deliver expert consulting and training sessions to 401(k) Committee members. This procurement is crucial for ensuring compliance with fiduciary responsibilities and mitigating legal risks associated with the management of retirement plans. Interested parties should note that the solicitation is anticipated to be posted on SAM.gov by November 7, 2025, and can contact Karen A. Green at karen.green@occ.treas.gov for further information. The estimated contract value exceeds $150,000, with a base period from January 1, 2026, to December 31, 2026, and four additional one-year options.
    USAID FireEye Products
    Buyer not available
    The U.S. Agency for International Development (USAID) is seeking to modify an existing contract with Copper River Information Technology, Inc. (CRIT) to include additional FireEye products and increase the quantities of current FireEye offerings. This contract modification aims to enhance USAID's IT and telecom capabilities through the procurement of business application and application development software as a service. The FireEye products are critical for ensuring robust cybersecurity measures within the agency's operations. For further inquiries, interested parties can contact Hillary A. Marshall at hmarshall@usaid.gov.