FDIC's CyberArk Software Maintenace
ID: CORHQ-25-Q-0153Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Federal Deposit Insurance Corporation (FDIC) is seeking quotes for CyberArk software maintenance services, as outlined in Solicitation Number CORHQ-25-Q-0153. The procurement aims to secure ongoing IT support and maintenance for CyberArk software, which is critical for safeguarding sensitive information and ensuring compliance with federal standards. Offerors must submit their proposals, including a completed price schedule and required documentation, by 1:00 p.m. EDT on August 18, 2025, and any inquiries should be directed to Hamilton Jackson at hamjackson@fdic.gov. This contract will extend through various periods until September 28, 2028, with specific requirements for authorized resellers and compliance with federal procurement regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to Solicitation Number CORHQ-25-Q-0153 related to CyberArk Software Maintenance, originally dated July 11, 2025. The amendment extends the period for receipt of offers and provides critical questions and answers regarding the solicitation. Key updates include confirming a quantity adjustment for the APP-AGNT-PERP part number from 550 to 450, specifying that only authorized CyberArk resellers may participate, and confirming that proposals must list CyberArk as the manufacturer even if purchases are made through distributors. Additionally, it clarifies that contractors must maintain active registration with SAM.gov throughout the contract performance. The document includes a price schedule detailing quantities for various CyberArk maintenance components across three contract periods, emphasizing compliance with government procurement procedures. The amendment serves to ensure clarity and compliance with RFP stipulations, thereby facilitating a competitive procurement process for CyberArk software maintenance services.
    The document outlines the Federal Deposit Insurance Corporation's (FDIC) solicitation for maintenance and support services related to CyberArk software. It includes detailed sections on the context of the proposal, specifications for services and prices, and clauses governing contract execution and administration. Key features include the initial performance period from September 29, 2025, to September 28, 2026, with options to extend through September 2028. The contractor must provide 24x7 maintenance, specifically for various CyberArk assets, ensuring compliance with payment terms and invoicing processes outlined under the contract. The FDIC emphasizes rigorous oversight concerning the delivery of services, compliance with applicable laws, security of sensitive information, and contractor responsibilities related to audits and inspections. In addition, the contractor must follow strict procedures for incident reporting, particularly concerning data breaches and security vulnerabilities. Overall, the document serves to ensure efficient procurement while maintaining security and compliance standards, highlighting the importance of service performance in governmental contracts.
    The document outlines the solicitation and award for a contract related to CyberArk software maintenance services for the Federal Deposit Insurance Corporation (FDIC). It specifies a contract number (CORHQ-25-Q-0153), effective dates, contact information, and submission details for offers, emphasizing the importance of adhering to the outlined terms and conditions. The solicitation includes the itemized schedule of supplies, services, quantities, and pricing, structured over base and option periods extending until September 28, 2028. Key clauses related to delivery, inspection, acceptance, and contract administration are included, ensuring compliance with federal standards and oversight. Special contract requirements focus on safeguarding sensitive information, incident reporting, and maintaining contractual transparency. Moreover, provisions covering payment methods, invoicing guidelines, and the necessity for contractors to adhere to privacy and security protocols are articulated. This comprehensive solicitation process reflects the FDIC's commitment to securing necessary IT services while ensuring compliance with federal procurement regulations.
    This document outlines a price schedule for CyberArk software maintenance services, intended to support a government contracting effort for IT solutions during specific periods. The pricing is delineated into three periods: the base period from September 29, 2025, to September 28, 2026, followed by two option periods extending to September 28, 2028. The items listed include various configurations of CyberArk software, with quantities specified (1, 450, 550), and the price details are structured on a unit and total basis. Additionally, the file indicates ongoing 24/7 maintenance for North America during the contract lifecycle. The purpose of this document is to facilitate procurement processes for governmental IT needs, ensuring that technical support is available continuously throughout the contract duration. It serves as a foundational reference for contract execution and budget considerations related to IT maintenance services.
    The document outlines best practices for selecting appropriate pricing schedules within federal procurement processes. Six pricing schedules are identified: 1. **Firm Fixed Price (FFP)** - For contracts with a set price for goods or services. 2. **Firm Fixed Price with Labor Hour (FFP/LH)** - For contracts requiring both a set price and labor category pricing. 3. **Labor Hour (LH)** - Used when only labor category pricing is needed. 4. **Basic Ordering Agreement or Receivership Basic Ordering Agreement (BOA/RBOA)** - For contracts executed at a task order level. 5. **Agile Team Pricing** - Applicable when pricing for agile teams or sprints is needed. 6. **Construction Pricing Schedules** - For design-build solicitations or when expected construction modifications arise. The document provides a specific pricing schedule for CyberArk software maintenance, detailing quantities, unit prices, and a total cost of $5.00 for the initial performance period, with no costs assigned for two optional periods. Contact information for technical inquiries is also included. This guidance aims to streamline procurement procedures and ensure contractors deliver effective pricing aligned with project requirements.
    The FDIC Rider is an amendment to the Commercial Supplier Agreement (CSA) that clarifies terms and conditions for contracts with the Federal Deposit Insurance Corporation (FDIC). It ensures compliance with federal laws and FDIC requirements while outlining the contract's binding nature, requiring static text for all binding terms. Key revisions include prohibiting click-wrap agreements, eliminating arbitration clauses without FDIC approval, and establishing that any audit requested by contractors is at their expense. The Rider emphasizes that the U.S. Department of Justice exclusively represents the government in legal actions and specifies that the FDIC is exempt from taxes. Additionally, the amendment voids unilateral changes by contractors that materially alter contractual obligations, maintains the FDIC's rights against fraud, and reinforces confidentiality obligations dictated by federal laws. This structured document aims to protect the FDIC's interests while facilitating clear and legal contract management in federal procurements, ensuring the government’s rights and obligations are preserved.
    The document pertains to the Pre-Award Risk Management (SCRM) Information related to federal procurement processes. It outlines the requirements for offerors, specifically emphasizing the need for submitting a status classification as either an Original Equipment Manufacturer (OEM), Aftermarket Manufacturer (AM), or Authorized Supplier. This designation is critical, as failure to provide accurate classification may lead to disqualification from bid awards. The solicitation requires detailed information about the goods, software, or services offered, along with relevant manufacturer and subcontractor addresses. This information ensures that all bidders are evaluated fairly and meet the necessary criteria for federal contracts. Overall, the document underscores the importance of categorization and compliance within the scope of government RFPs, reinforcing due diligence in procurement practices.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    PureStorage for FDIC
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for the procurement of a PureStorage SAN Forensics Lab, which includes an enterprise-class all-flash array designed for high-performance block storage to support forensics investigations and system backups. The contract, identified as RFQ CORHQ-25-Q-0480, requires offerors to provide detailed pricing for various components, including hardware, software, and installation services, with a performance period of three years commencing from the award date. This procurement is critical for ensuring efficient data management and storage capabilities within the FDIC's operational framework. Interested vendors must submit their quotes by 12:00 PM EST on December 12, 2025, and direct any inquiries to Ellisha Smith at ellismith@FDIC.gov or by phone at 571-212-4449.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    F5 Maintenance Renewal
    Buyer not available
    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.