Veritas/Symantec Software Maintenance for FDIC
ID: CORHQ-25-Q-0277Type: Solicitation
Overview

Buyer

FEDERAL DEPOSIT INSURANCE CORPORATIONFEDERAL DEPOSIT INSURANCE CORPORATION_

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for software maintenance services for Veritas/Symantec products under RFQ# CORHQ-25-Q-0277. The procurement aims to secure multi-year maintenance support, including subscription licenses and business-critical support services for eDiscovery and NetBackup platforms, with a base period from December 1, 2025, to November 30, 2026, followed by two optional one-year periods. This maintenance is crucial for ensuring the reliability and security of the FDIC's IT infrastructure. Interested vendors must submit their proposals by September 8, 2025, at 1 PM EST, and direct any inquiries to Ellisha Smith at ellismith@FDIC.gov or by phone at 571-212-4449.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document, an Amendment of Solicitation/Modification of Award, specifically addresses the extension of an RFQ (Request for Quotation) due date. The Federal Deposit Insurance Corporation (FDIC) issued this amendment for solicitation number CORHQ-25-Q-0277, originally dated July 15, 2025. The purpose of this amendment is solely to extend the deadline for offer submissions to September 8, 2025, at 1 PM. It states that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by signing and including it with their proposal. The amendment was issued by Ellisha Smith, a Contracting Officer at the FDIC, on August 25, 2025.
    This government solicitation document outlines a Request for Proposal (RFP) issued by the Federal Deposit Insurance Corporation (FDIC) for software maintenance services regarding Veritas/Symantec products. The RFP includes details on contract requisition, solicitation identifiers, and due date for offers. Key components specify the administrative contacts, item descriptions, quantities, pricing, terms of delivery, and payment methods. The document emphasizes the socio-economic status of contractors, service expectations, and attachment requirements for both the solicitation and award. A clear structure presents sections such as supplies or services, descriptions, inspection and acceptance clauses, and contract administration data. There are specific clauses addressing delivery schedules, the responsibilities of both FDIC oversight managers and contracting officers, payment methods, and compliance with laws regarding confidentiality and security of the FDIC's data. Additional requirements include assurances on the safeguarding of information and protocols for incident reporting. The solicitation highlights the government's commitment to securing reliable services while adhering to federal standards and regulations.
    This document, titled "7.1.2-03 - Pre-Award Risk Management (SCRM) Information" and associated with Solicitation Number CORHQ-25-Q-0277, outlines the mandatory supply chain risk management (SCRM) information required from offerors. It specifies that offerors must provide their status as either an Original Equipment Manufacturer (OEM), Aftermarket Manufacturer (AM), or Authorized Supplier, based on definitions provided elsewhere in section 7.1.2-03. Failure to accurately provide one of these three statuses may lead to ineligibility for award. Additionally, the document requires details such as the name of the good/software/service, model/version number and name, and the names and addresses of both the manufacturer and any subcontractors. This ensures transparency and compliance in the supply chain during the pre-award phase of government contracting.
    The document outlines the Pre-Award Risk Management Information requirements for a specific solicitation (CORHQ-25-Q-0277). Central to the process is the requirement for offerors to confirm their status as a manufacturer or supplier, categorizing themselves as an Original Equipment Manufacturer (OEM), Aftermarket Manufacturer (AM), or Authorized Supplier. This classification is essential, as failure to provide accurate status could render an offeror ineligible for award. The document seeks to gather information on the manufacturers and subcontractors involved, including their names and addresses, ensuring compliance with federal standards. This pre-award risk management component is critical in evaluating potential risks associated with awarding contracts under the stated solicitation, particularly concerning supply chain security and the reliability of provided goods or services.
    The document outlines a multi-year software maintenance requirement for Veritas/Symantec products, specifically detailing a base period from December 1, 2025, to November 30, 2026, and two subsequent option periods, each for a year. The core of the requirement is for software and subscription maintenance, encompassing various products for eDiscovery and NetBackup platforms, including perpetual licenses and business-critical support services. Additionally, it covers Symantec Data Loss Prevention Core Package subscription licenses and designated support engineer services. The document itemizes each maintenance service with specific part numbers, quantities, and descriptions, indicating a consistent need for these services across all periods without specifying pricing details beyond the structure for
    The document outlines a federal Request for Proposal (RFP) related to software maintenance for Veritas/Symantec products, detailing planned services from December 1, 2025, to November 30, 2028. It specifies requirements for software and subscription maintenance across multiple line items, including eDiscovery platforms and backup solutions. The proposals cover renewals for various licenses and support services, ensuring compliance with performance requirements and government standards. The pricing schedule lists specific products by part number, quantity, and maintenance needs, including discounts applied to maintain budgetary constraints. This RFP reflects the government's commitment to continual software support, emphasizing both functionality and security in data management through structured and verified support services over multiple fiscal years. The document serves to facilitate procurement processes for government entities needing reliable software maintenance, clearly specifying the timeline, contact information, and service expectations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Buyer not available
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking quotes for the purchase or renewal of EMC All-Inclusive Unity Hardware Support. This Request for Quotes (RFQ) aims to secure essential hardware support services that are critical for the administration of the Universal Service Fund and its associated support mechanisms. The RFQ is part of USAC's ongoing efforts to maintain and enhance its operational capabilities, ensuring effective management of the funds allocated for various telecommunications support programs. 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.
    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.
    Dell EMC Data Domain Maintenance Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the renewal of maintenance services for Dell EMC Data Domain systems. This procurement specifically requires brand name hardware and software components, including DD6900 NFS CIFS controllers, DD DS60 shelves, and various I/O modules, along with associated software licenses for Cloud Tier, DD Boost, and DD Replication. The maintenance services are crucial for ensuring the operational integrity and support of the Data Domain systems, with coverage scheduled from January 1, 2026, to December 31, 2026. Interested small businesses must submit their quotations and documentation proving their status as authorized distributors by contacting Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil.
    IVANTIA Maintenance
    Buyer not available
    The Department of Energy, through Brookhaven Science Associates, LLC, is seeking quotations for IVANTI Maintenance under Request for Quotation (RFQ) No. 472866. The procurement includes IVANTI software subscriptions for Digital Experience Device Cloud, Patch Management Cloud, Virtual Cloud Services Application, and associated professional services, with a performance period from December 15, 2025, to December 14, 2026, and options for two additional one-year extensions. This maintenance is crucial for ensuring the effective operation of IT services at Brookhaven National Laboratory. Interested vendors must submit their quotes by December 10, 2025, at 4:00 PM EST, and direct any inquiries to Cassandra Smith at csmith2@bnl.gov.
    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.
    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.
    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.