FDIC - ARUBA H/M & S/M Renewal
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for Aruba Hardware and Software Maintenance under RFQ # CORHQ-26-Q-0061. This requirement covers maintenance services for Aruba Wireless Controllers, ClearPass appliances, and Airwave licenses. Quotes are due by February 25, 2026, at 1:00 PM EST.
Scope of Work
This opportunity requires maintenance services for various Aruba networking equipment, including Wireless Controllers, ClearPass appliances, and Airwave licenses. Specific items are detailed in the "Amendment 1_Pricing Workbook," which lists hardware and software maintenance for products such as Aruba 7210 Controllers and Aruba AP-505H Unified APs. Offerors must be authorized resellers/partners of Aruba or the Original Equipment Manufacturer (OEM).
Contract & Timeline
- Type: Firm-Fixed-Price
- Period of Performance: March 8, 2026, to March 7, 2027 (Base Period only; Option Period 1 has been removed by amendment).
- Set-Aside: Not a Small Business Set-Aside
- NAICS Code: 541519 (Small Business Size Standard: $34M)
- Questions Due: February 17, 2026, 1:00 PM EST
- Quote Due: February 25, 2026, 1:00 PM EST (Extended by Amendment P0001)
- Published: February 19, 2026
Submission Requirements
Offerors must submit quotes via email to hgroves@fdic.gov, divided into five separate parts:
- Price Schedule/Quote: Utilize the "Amendment 1_Pricing Workbook" for all pricing.
- Section K: Representations & Certifications.
- Software License Agreements: EULAs, MSAs, or similar terms and conditions (FDIC prefers Government terms).
- SCRM Information: As per Clause 7.1.2-03 (Pre-Award Supply Chain Risk Management Information).
- Subcontracting Plan: Required if proposing subcontractors.
Evaluation Criteria
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical acceptability will be determined by meeting minimum technical requirements, and proposals will be evaluated as "acceptable" or "unacceptable." Pricing will be assessed for completeness and reasonableness.
Additional Notes
The place of performance is Arlington, VA. All references to Option Periods in the original RFQ have been removed. For inquiries, contact Harold Groves at hgroves@fdic.gov or 703-562-2221.