FDIC's National Conference Room Audio Visual BOA
ID: CORHQ-25-R-0121Type: Solicitation
Overview

Buyer

FEDERAL DEPOSIT INSURANCE CORPORATIONFEDERAL DEPOSIT INSURANCE CORPORATION_

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for a multiple-award Basic Ordering Agreement (BOA) aimed at upgrading conference rooms into advanced training and collaboration centers. The primary objective is to enhance audio and visual experiences for both in-person and virtual participants, ensuring compatibility with the FDIC's existing Cisco architecture. This procurement encompasses a range of services, including project management, design finalization, equipment installation, and training, covering five room types: Specialized, Large, Medium, Small, and Mobile. Interested contractors must submit their proposals by 4 p.m. EDT on October 21, 2025, for Phase I (Prior Experience) and by 1 p.m. EDT on October 31, 2025, for the remaining proposal requirements. For inquiries, contact Hamilton Jackson at hamjackson@fdic.gov or call 571-214-1297.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation (CORHQ-25-R-0121/0001) issued by the Federal Deposit Insurance Corporation (FDIC). The amendment, effective August 8, 2025, extends the RFP due date to September 12, 2025, at 1 p.m. It also incorporates a new provision (7.3.2-04) regarding a site visit for potential offerors. Site visits are scheduled for August 26, 2025, at 10:00 a.m. EST and August 27, 2025, at 1:00 p.m. EST at the FDIC Atlanta Regional Office. Offerors must RSVP by August 19, 2025, and are limited to two attendees per organization. Attendees need to bring a photo ID for a visitor's badge. A separate amendment for Questions and Answers will be provided by August 15, 2025. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0002 to Solicitation CORHQ-25-R-0121, issued by the Federal Deposit Insurance Corporation (FDIC), extends the deadline for submitting questions related to the Site Visit to 1 p.m. on Wednesday, September 3, 2025. All inquiries must be directed to Hamilton Jackson at hamjackson@fdic.gov. This amendment modifies the original solicitation dated June 27, 2025, with all other terms and conditions remaining unchanged. The document specifies that offerors must acknowledge receipt of this amendment by signing in Block 15b and including the signed amendment with their proposal.
    This document is an amendment to Solicitation No. CORHQ-25-R-0121, dated June 27, 2025, issued by the Federal Deposit Insurance Corporation (FDIC). The amendment, numbered 0003 and effective September 12, 2025, updates provision 7.3.1-06 regarding the identification and delivery of proposals. Consequently, the Request for Proposal (RFP) due date has been extended to October 15, 2025, at 1 p.m. The amendment also indicates that further updates to the RFP and responses to questions will be provided by September 19, 2025. This modification is issued under the authority of the FDIC Contracting Officer, Hamilton Jackson.
    This amendment to solicitation CORHQ-25-R-0121/0004 modifies various sections of a federal government RFP, including updates to the price schedule for labor rates across multiple locations and room configurations. It revises the Statement of Objectives, incorporates site requirements, and modifies special contract requirements related to risk level designations and insurance certificates. The amendment removes the Service Contract Act clause, adds Service Level Agreement and Phase 1 Advisory Down Select attachments, and extends the RFP deadline to October 15, 2025. Proposal instructions for different volumes have been updated, and new clauses for technical approach, management plan, and key personnel have been added. Evaluation factors for award, particularly regarding mission capability and oral presentations, have also been revised, and a Q&A section has been incorporated with a deadline for further questions by September 29, 2025. The document includes detailed instructions for offerors on completing pricing workbooks and adherence to site-specific work restrictions, hours, delivery protocols, and clean-up procedures for FDIC facilities.
    This document is an amendment to a Federal Deposit Insurance Corporation (FDIC) solicitation (CORHQ-25-R-0121/0005) that modifies the terms and conditions for a multi-award Blanket Purchase Agreement (BOA) for audio-visual solutions. Key updates include extending the due date for Phase I – Prior Experience proposals to October 16, 2025, and for remaining proposal requirements (Volumes 2-5) to October 29, 2025. It also revises proposal submission instructions, clarifies financial capability evaluation, and details the two-phase evaluation process for mission capability, including an advisory down-select based on Phase I submissions. The amendment further incorporates questions and answers from a site visit for Task Order 1 – Atlanta Specialized Room, addressing aspects like regional coverage, preferred technology platforms (MS Teams being primary but requiring platform agnosticism), pricing, and technical requirements for various room types and functionalities. The solution should enable ubiquitous Bring Your Own Device (BYOD) and Bring Your Own Meeting (BYOM) capabilities, both wired and wirelessly, with a focus on ease of use and scalability.
    This document is Amendment/Modification 0006 to Solicitation CORHQ-25-R-0121, issued by the Federal Deposit Insurance Corporation (FDIC) on October 14, 2025. The purpose of this modification is to update the due dates for proposal submissions. Volume 1: Phase I – Prior Experience is now due on Tuesday, October 21, 2025, by 4 p.m. EDT. Phase II: Remaining proposal requirements (Volumes 2 – 5) are due on October 31, 2025, by 1 p.m. EDT. Offerors must acknowledge receipt of this amendment by signing in Block 15b and including the signed amendment with their proposal. All other terms and conditions of the original solicitation remain unchanged.
    The Federal Deposit Insurance Corporation (FDIC) is seeking a multiple-award Basic Ordering Agreement (BOA) for contractors to upgrade conference rooms into state-of-the-art training and collaboration centers. The objective is to achieve audio and visual clarity for all participants, whether in-person or virtual, and ensure compatibility with the FDIC's existing Cisco architecture. The scope of work for awarded task orders will include design finalization, demonstrations of AV sensitivity, equipment acquisition and installation, demolition and de-installation, acceptance testing, a one-year warranty, and comprehensive training. The BOA encompasses five room types: Specialized, Large, Medium, Small, and Mobile. Contractors must provide labor rates for various locations and personnel, and pricing for different room configurations and years, including operations and maintenance support. Additionally, specific prerequisites for task orders include site visits, adherence to material and workmanship standards, proper superintendence, obtaining necessary permits, site protection, and cleaning up work areas.
    The Federal Deposit Insurance Corporation (FDIC) has issued Solicitation CORHQ-25-R-0121 for Hardware, Software, and Services related to a National Conference Room Audio/Video (A/V) Blanket Order Agreement (BOA). This extensive document outlines pricing requirements and includes detailed sections for offerors to provide unit costs and total costs for various A/V components, including hardware, software, licenses, services, and shipping. The solicitation also covers installation costs, labor categories, travel, and training. Pricing is structured across a base period and four option periods (OP1-OP4), with provisions for escalation. The scope of work encompasses different room types (Specialized, Large, Medium, Small, Mobile) across multiple regions including HQ-VASQ, Atlanta, Boston, Chicago, Dallas, Kansas City, New York, and San Francisco. Offerors are required to use a specific Excel file structure for pricing and to assume 1 FTE equals 1920 hours annually. The document emphasizes that the offeror should only input data in green-shaded cells, as other cells contain calculated fields or FDIC-entered data. Additionally, it details annual support prices for Operations and Maintenance and Warranties for each period and room type, as outlined in the Statement of Objectives (SOO).
    The Federal Deposit Insurance Corporation (FDIC) is seeking a multiple-award Basic Ordering Agreement (BOA) for contractors to upgrade conference rooms and similar spaces into state-of-the-art training and collaboration centers. The goal is to ensure high-quality audio and visual experiences for all participants, both in-person and virtual, with solutions compatible with the FDIC's Cisco architecture. The scope of work for task orders includes project management, design finalization, equipment acquisition and installation, demolition, acceptance testing, a one-year warranty, and training. The BOA covers five room types: Specialized, Large, Medium, Small, and Mobile. Contractors must adhere to specific requirements regarding user interface, scalability, equipment, licensing, and on-site support, with all work performed in a skillful and workmanlike manner, ensuring site protection and accident prevention.
    This government file outlines a Request for Proposal (RFP) from the Federal Deposit Insurance Corporation (FDIC) for Audio/Visual (A/V) Hardware, Software, and Services under a National Conference Room A/V Blanket Ordering Agreement (BOA). The RFP, identified as CORHQ-25-R-0121, details pricing structures for various room types (Specialized, Large, Medium, Small, Mobile) across multiple regions including HQ-VASQ, Atlanta, Boston, Chicago, Dallas, Kansas City, New York, and San Francisco. The document specifies that offerors must complete pricing for hardware, software, installation, and annualized operations, maintenance, and warranties for a base period and four option years. It emphasizes strict adherence to the provided Excel file structure, with data entry restricted to green-shaded cells. The solicitation also provides contact information for inquiries and indicates payment will be made by the FDIC.
    This government solicitation, CORHQ-25-R-0121, from the Federal Deposit Insurance Corporation (FDIC) is for a Blanket Ordering Agreement (BOA) for Hardware, Software, and Services related to National Conference Room Audio Visual (A/V) Upgrades. The Request for Proposal (RFP) outlines requirements for contractors to provide equipment and services for various room configurations (Mobile, Small, Medium, Large) across multiple FDIC locations including Washington D.C., Virginia Square, Atlanta, Boston, Chicago, Dallas, Kansas City, New York, and San Francisco. The scope includes installation, and a five-year period for operations and maintenance (O&M) support. Offerors are required to submit labor rates for key personnel and shipping costs for standard kits. The document also details general instructions for proposal submission, work restrictions, working hours (emphasizing work outside FDIC occupied hours for disruptive activities), loading dock usage, delivery and parking protocols, staging and storage, clean-up procedures, dumpster use, dust and fume control, and prohibited activities on FDIC property. Specific site requirements are provided for each FDIC location.
    The document outlines a federal Request for Proposal (RFP) from the Federal Deposit Insurance Corporation (FDIC) for audiovisual (A/V) hardware, software, and services intended for national conference room upgrades. It specifies that contractors must submit required information, including pricing data based on various room types across multiple regions, with the offer due date set for August 7, 2025. The structure includes detailed pricing sections for the desired supplies and services, categorized by room types and regions. The purpose is to solicit competitive bids, with contractors encouraged to provide annualized pricing for operations and maintenance over a defined period of performance split into several phases. Compliance with predefined terms and conditions is mandatory, along with a structure that allows an escalation in prices over the contract duration. Overall, this solicitation represents the federal effort to enhance its conference facilities while ensuring adherence to regulatory standards and efficient vendor engagement for necessary services.
    This FDIC internal document outlines a pricing workbook for an RFP, focusing on audio-visual (AV) solutions across various regions and room types. The workbook is structured with tabs for general instructions, support, regional pricing, and a summary. Offerors must assume 1 FTE equals 1920 hours annually and are instructed to only input data into green-shaded cells. The "Support" tab requires annualized prices for operations, maintenance, and warranties, while "Region" tabs detail costs for hardware, software, and installation (including labor, shipping, travel, and training) for a quantity of one room, excluding operations and maintenance. The pricing covers a base period and four option periods (OP1-OP4), with the possibility of proposing an escalation that applies uniformly across all periods and room types. The document lists specific regions, including HQ-VASQ, Atlanta, Boston, Chicago, Dallas, Kansas City, New York, and San Francisco, each with various room types (Specialized, Large, Medium, Small, Mobile). Subtotals are required for various categories like hardware/software, installation, and specific components within those categories.
    The FDIC Internal Only NCA AV Task Order 1 - Atlanta Region outlines pricing instructions and requirements for an Excel-based pricing workbook. The document specifies that 1 FTE equals 1920 hours annually and details how to enter annualized prices for Operations, Maintenance, and Warranties in the "Support" tab. It also explains that "Region" tabs capture hardware, software, installation, shipping, travel, and training costs for various room types, excluding O&M. The "Summary" tab automatically sums data from the "Region" tabs, and offerors can propose an escalation rate applied uniformly across all performance periods (BASE, OP1, OP2, OP3, OP4). Only green-shaded cells are editable, ensuring data integrity for FDIC-entered or calculated fields. The structure is designed to standardize the pricing submission for AV solutions in the Atlanta Region.
    The document pertains to the Federal Deposit Insurance Corporation (FDIC) and outlines pricing instructions for an Excel workbook relating to a Request for Proposal (RFP) process. Offerors are to assume that one Full-Time Equivalent (FTE) is equivalent to 1,920 hours annually. Key elements to populate include annualized prices for Operations and Maintenance, warranties, and costs specific to room types across various regions, including hardware and software expenditures, shipping, travel, and training costs. Offerors must only enter data in designated green-shaded cells, where they can also propose an escalation rate applicable to each performance period (BASE, OP1, OP2, OP3, OP4). The workbook includes tabs for different regions, facilitating the summation of entries in the "Summary" tab for comprehensive pricing analysis. The structured format ensures clarity in tracking costs and complying with the requirements specified in the Statement of Objectives (SOO), underscoring the document's role in guiding offerors during the proposal process while maintaining compliance and accuracy in financial submissions.
    The document details the Federal Deposit Insurance Corporation's (FDIC) guidance for submitting pricing proposals concerning the NCA AV Task Order 1 in the Atlanta Region. It specifies that contractors must adhere to a structured Excel workbook without modifications, where they calculate support pricing for Operations and Maintenance in designated periods. The workbook includes multiple tabs, including "Support," "Region," and "Summary," which facilitate the organization of costs related to Hardware, Software, shipping, travel, and training. It emphasizes that the contractors can propose an escalation in costs applicable across all contract periods, with specified periods of performance ranging from the Base year through four operational periods. Only specific green-shaded cells are to be filled, which are linked to the already populated data, ensuring accurate calculations. This structured approach aims to streamline the budgeting and proposal process for potential contractors responding to the RFP, ensuring compliance with federal standards and efficient service provision in the Atlanta Region. The emphasis on detailed cost entries and a clear set of guidelines supports transparency and accountability in federal contracting.
    This government file outlines the pricing workbook instructions for an FDIC procurement, likely for a Blanket Ordering Agreement (BOA) related to room configuration and associated services. Offerors must complete specific tabs within the Excel file, including "Labor Rates" for eight locations (HQ - Virginia Square, Atlanta, Boston, Chicago, Dallas, Kansas City, New York, San Francisco) and "Room Configuration Mobile - Large" tabs (Mobile, Small, Medium, Large) for all five years. Bidders must propose labor rates for specified categories, shipping costs for standard kits, and yearly Operation and Maintenance (O&M) prices. Failure to complete any non-"Labor Rates" portion may deem a proposal non-responsive. Specialized rooms will be priced at the Task Order level, and O&M will be prorated. The document emphasizes strict adherence to the Excel file structure, allowing only data entry in green-shaded cells and modification of rows for equipment within room configuration tabs.
    The document outlines a task order for specialized room services, likely for the FDIC in Atlanta, covering a base period and four optional periods. It details costs for hardware, software support, shipping, and labor categories such as Program Manager, Solution Architect, Installer/Engineer, and Programmer. While specific quantities, unit prices, and total prices are listed as $0.00 for all items and labor, the structure indicates a framework for procurement. The task order also includes provisions for Operations and Maintenance Support in accordance with Section 3.4 of the Statement of Objectives (SOO), underscoring a comprehensive service agreement despite the current zero-value entries.
    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.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for CONUS and Non-Foreign OCONUS DLA Customers
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and provide associated services for DLA customers within the Contiguous United States (CONUS) and non-foreign Outside of the Contiguous United States (OCONUS). The procurement aims to establish contracts that will cover the leasing of MFDs, including installation, maintenance, consumable supplies (excluding paper), end-user training, and network services, all offered at a flat rate for up to 60 months. These devices are crucial for enhancing operational efficiency and document management within DLA facilities. Interested companies must submit a capabilities package by December 12, 2025, and any questions regarding the RFI should be submitted by November 13, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    R--Conflict Management Services - Internal
    Buyer not available
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    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.
    Symposium Audio-Visual Support
    Buyer not available
    The Department of Defense, specifically the 42nd Contracting Squadron, is soliciting proposals for audio-visual (A/V) support for the AFROTC Commanders' Symposium, scheduled for January 5-8, 2026, at the Double Tree by Hilton Dallas Near the Galleria. The procurement is a 100% Small Business Set-Aside, requiring one unit of A/V support to be delivered by December 12, 2025, with specific equipment and technical support outlined in the Statement of Work. This symposium is a significant professional development event for AFROTC leadership, necessitating comprehensive A/V services to facilitate effective communication and presentations. Interested vendors must submit their proposals, including a dated quote and evidence of capability, to the primary contact, A1C Alexia Lassin, at alexia.lassin@us.af.mil by the deadline.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    FADGI Open Source Software Development and Maintenance for AudioVisual Content
    Buyer not available
    The Library of Congress is soliciting proposals for a firm-fixed-price contract to provide development and maintenance for two open-source software tools, BWF MetaEdit and FFmpeg, as part of the Federal Agencies Digital Guideline Initiative (FADGI) Audio-Visual Working Group. The contract aims to enhance features, troubleshoot issues, and update documentation for these tools, which are critical for ensuring content authenticity, accessibility, and support for various audiovisual file formats. This opportunity is significant for federal agencies involved in digital media preservation and compliance with established guidelines. Interested contractors should note that the period of performance is from February 3, 2026, to February 2, 2028, and are encouraged to contact Veronica Price at vprice@loc.gov or 202-374-3046 for further details.