CORHQ-24-Q-0440 Service Now
ID: CORHQ24Q0440Type: Solicitation
Overview

Buyer

FEDERAL DEPOSIT INSURANCE CORPORATIONFEDERAL DEPOSIT INSURANCE CORPORATION_

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B21)
Timeline
    Description

    The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for the procurement of various ServiceNow products and associated professional services under solicitation number CORHQ-24-Q-0440. The primary objective is to enhance the FDIC's IT operations, workplace services, and risk management through a suite of software solutions, including customer service management and IT service management, with a contract period of one year and potential extensions up to seven years. This procurement is crucial for streamlining operations and improving efficiency within the FDIC, and vendors are required to submit their proposals by 1:00 PM EST on September 25, 2024, with inquiries directed to Ellisha Smith at ellismith@fdic.gov or by phone at 571-212-4449.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Deposit Insurance Corporation (FDIC) seeks to procure various ServiceNow products and services through multiple delivery orders. These offerings include customer service management, workplace service delivery, IT service management, and integrated risk management solutions, priced on a monthly subscription basis. The FDIC aims to leverage these services for efficient workplace operations and enhanced risk management. The contract period spans twelve months, with potential option years, and the corporation anticipates awarding multiple delivery orders for these services. Vendors will be required to propose annual spend thresholds for additional discounts. The first RFP outlines the base period and two option years for these services, focusing on quantifying the requirements for each product or service. The second RFP extends this timeline, covering four option years, while the third RFP adds two more option years, emphasizing the long-term commitment and planning involved. The fourth RFP presents pricing information for an additional six option years, ensuring a comprehensive overview of the FDIC's service requirements. Critical dates within the procurement process are not explicitly mentioned in the files provided. To summarize, the FDIC's primary objective is to acquire an extensive suite of ServiceNow solutions, leveraging the platform's capabilities to streamline operations and manage risks effectively. The scope of work for vendors involves providing these services and ensuring discounted pricing structures. The detailed pricing information and product quantities specified in the files demonstrate the comprehensive nature of the FDIC's requirements.
    The document outlines an amendment and modification of a solicitation by the Federal Deposit Insurance Corporation (FDIC) for contract CORHQ-24-Q-0440. It serves to address questions and answers regarding expectations for the ServiceNow service agreements, emphasizing the omission of an annual uplift in costs for contracts over certain spending thresholds. FDIC seeks clarification on user counts and pricing requirements, indicating a need for flexibility and cost-effectiveness in licensing options. Questions regarding future growth projections and contract duration highlight FDIC's intention to secure advantageous terms in maintenance agreements, especially for long-term contracts. The amendment stresses the importance of accuracy in proposed costs while clarifying that actual quantities serve as good faith estimates. This reflects FDIC's commitment to strategic procurement practices within government RFP frameworks, ensuring essential software solutions meet evolving operational needs with competitive vendor participation.
    The document is an amendment to a solicitation issued by the Federal Deposit Insurance Corporation (FDIC), specifically extending the due date for the Request for Quotes (RFQ). The amendment changes the RFQ submission deadline from September 16, 2024, to September 25, 2024, at 1:00 PM. The document outlines essential details such as the contract identification code, contacting officer, and conditions under which the modification is made. It indicates that all previous terms and conditions remain effective unless altered by this amendment. The notice must be acknowledged by the contractor through a signature. This amendment serves to inform potential offerors of the new due date, facilitating their participation in the proposal process while ensuring they're aware of any changes to the solicitation timeline. The structure includes sections for official signatures and coding relevant to federal procurement processes.
    The Federal Deposit Insurance Corporation (FDIC) seeks to procure various ServiceNow products and associated professional services through a multi-year contract. The goal is to obtain a range of software solutions to enhance its IT operations, workplace services, and security. These offerings include customer service management, workplace user rights, IT service management, and integrated risk management solutions, among others. The FDIC aims to leverage these commercial off-the-shelf (COTS) products to streamline its operations and improve efficiency. Vendors will be required to propose annual spend thresholds triggering additional discounts, ensuring the FDIC receives the best commercially available pricing. The contract will likely be firm-fixed-price, with a base period of one year and potential option periods extending the agreement up to seven years. The FDIC expects immediate delivery and implementation, with the contract commencing on December 31, 2024. Prospective vendors must submit their proposals by the due date, with the FDIC emphasizing the importance of timely submissions. The evaluation of proposals will consider factors such as the offered discounts, technical merit, and vendor experience. Cost effectiveness and past performance are also key evaluation criteria. Vendors must provide detailed pricing schedules and unit costs for each ServiceNow product. This comprehensive RFP outlines the FDIC's requirements for an extensive suite of modern IT solutions.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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 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 standards, particularly to meet the Enterprise Logging requirements mandated by OMB M-21-31. This initiative is crucial for ensuring data security and operational efficiency within the FDIC, as it involves services such as cloud subscriptions, security analytics, and user behavior analytics. Interested vendors must submit their offers by October 16, 2024, at 12 PM EST, and direct any inquiries to Diamond Toles at ditoles@fdic.gov or by phone at 571-213-4018.
    FDIC Trellix Subscription Maintenance
    Active
    Federal Deposit Insurance Corporation
    The Federal Deposit Insurance Corporation (FDIC) is seeking quotes for the renewal of its Trellix subscription maintenance, which includes support for McAfee/Trellix cybersecurity products. This procurement aims to ensure continued access to essential cybersecurity services, reflecting the FDIC's commitment to maintaining robust digital security measures. The performance period for the contract is set from January 2, 2025, to January 1, 2026, with all offers due by September 30, 2024, and inquiries accepted until September 2, 2024. Interested contractors can contact Diamond Toles at ditoles@fdic.gov or by phone at 571-213-4018 for further details.
    Furniture for Atlanta Regional Office Expansion Project
    Active
    Federal Deposit Insurance Corporation
    The Federal Deposit Insurance Corporation (FDIC) is seeking a contractor to furnish and install office furniture for its Atlanta Regional Office expansion project. The procurement involves providing modular and systems furniture for approximately 45,738 square feet across three floors, including the conversion of existing 48 square foot workstations into 64 square foot workstations. This initiative aims to enhance operational efficiency and create a modern workspace, with specific requirements for high-quality furniture from brands such as Herman Miller and Keilhauer. Interested vendors must submit their proposals, including pricing schedules and lead times, by September 17, 2024, and can contact Nirali Malhotra at nmalhotra@fdic.gov for further information.
    USAC RFP: Fraudulent Document Identification Tool
    Active
    Federal Communications Commission
    The Federal Communications Commission (FCC) is seeking proposals for a Fraudulent Document Identification Tool (FDIT) to assist the Universal Service Administrative Company (USAC) in identifying and flagging fraudulent documents and alerting on potential bad actors. This Request for Proposal (RFP) aims to acquire a solution that enhances the integrity of the Universal Service Fund (USF) and its support mechanisms, which are critical for ensuring fair access to telecommunications services. Proposals must be submitted by September 17, 2024, at 11:00 AM ET, and interested parties can find the RFP details on the USAC procurement website. For inquiries, contact Anthony Smith at Anthony.Smith@usac.org or Noor Jalal at noor.jalal@usac.org.
    Facility Management System (FMS) Administration and Data Management
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors for the administration and data management of its Facility Management System (FMS), utilizing the ARCHIBUS software. The contractor will be responsible for providing ongoing FMS support, ensuring compliance with federal reporting requirements, maintaining data integrity, and offering user training and technical assistance. This initiative is crucial for managing the FDA's facilities efficiently in response to increasing service demands and regulatory requirements, with the contract anticipated to span from March 24, 2025, to March 23, 2030. Interested parties must submit their responses, including a Vendor Feedback Form, to Nicholas Bisher and Kimberly Pennix by September 23, 2024, at 2:00 PM EST, as this is a Sources Sought Notice and not a solicitation for proposals.
    Army Financial Improvement (AFI) Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the Army Financial Improvement (AFI) Program Support Services. This procurement aims to secure professional Federal accounting, auditing solutions, and change management support to help the Army achieve an unmodified audit opinion on its financial statements. The contract will be structured as a single award, indefinite delivery/indefinite quantity (IDIQ) with a maximum ceiling of $249,999,999.99 over a three-year period, from February 2025 to February 2028, including a 90-day transition-in period. Interested parties must submit their proposals by 10:00 AM ET on October 1, 2024, and direct any inquiries to Samantha L. Hannah at samantha.l.hannah2.civ@army.mil by September 5, 2024.
    Engineering and Application Support Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide Engineering and Application Support Services through a Single Award Blanket Purchase Agreement (BPA). The primary objective of this procurement is to modernize the FDA's IT infrastructure and application environments, focusing on DevSecCXOps, innovation, and engineering services to enhance public health services and improve network reliability. This initiative is critical for advancing the FDA's regulatory capabilities and ensuring efficient IT service delivery in response to evolving public health challenges. Interested parties must submit their qualifications by September 30, 2024, and can direct inquiries to Roosevelt Walker at roosevelt.walker@fda.hhs.gov, with a total budget of up to $100 million over a five-year period.
    FDI Market Analysis Licenses
    Active
    Dept Of Defense
    The Department of the Navy is soliciting quotes for five enterprise-wide user licenses for Foreign Direct Investment (FDI) market analysis tools to support its Foreign Investment Review activities. The objective is to procure licenses that provide comprehensive analytical capabilities to monitor foreign investments into U.S. businesses, ensuring compliance with national security and economic policy. This procurement is critical for maintaining vigilance over foreign investments that may impact national interests, and the selected vendor must meet specific governmental standards, including providing assured technical assistance. Interested vendors must submit their quotes in accordance with the guidelines outlined in the Request for Quote (RFQ) and ensure they are registered in the System for Award Management (SAM) at the time of submission. For further inquiries, vendors can contact Lisa Coyle at lisa.t.coyle1.civ@us.navy.mil or Harold Kostem at harold.kostem.civ@us.navy.mil.
    Office of Wildland Fire Medical Qualification IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "Office of Wildland Fire Medical Qualification IDIQ," aimed at providing medical qualification determination services for approximately 14,000 wildland firefighters and support personnel. The contract will encompass comprehensive medical evaluations, fitness-for-duty assessments, and management of health records, ensuring compliance with federal standards and the safety of personnel engaged in arduous duties. With a maximum contract ceiling of $40 million and a performance period from November 2024 to November 2029, interested contractors must submit their proposals by August 30, 2024. For further inquiries, potential offerors can contact Sarah Ignacio at sarahignacio@ibc.doi.gov.
    USPS OIG Office of Chief Information Officer (OCIO) Support Services
    Active
    Postal Service
    The United States Postal Service's Office of Inspector General (USPS OIG) is seeking qualified suppliers to provide support services for the Office of the Chief Information Officer (OCIO). The procurement aims to establish multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts to deliver essential services across various directorates, including Software & Data Engineering, IT Operations, IT Security, and Enterprise Services, with specific requirements defined at the task order level. This initiative is crucial for enhancing USPS OIG's operational capabilities through qualified partnerships, ensuring compliance with federal regulations and effective information management. Interested suppliers must submit their proposals by September 19, 2024, at 5 PM EST, with a minimum guaranteed contract value of $30,000 and a maximum ceiling of $60 million for the contract period from February 12, 2025, to February 11, 2030. For further inquiries, contact Robert John at rjohn@uspsoig.gov.