FDIC'S Aruba Networking System Requirement

SOL #: CORHQ-26-Q-0080Solicitation

Overview

Buyer

Federal Deposit Insurance Corporation
Federal Deposit Insurance Corporation
_

Place of Performance

Arlington, VA

NAICS

Other Computer Related Services (541519)

PSC

Digital Network Communications Hardware, Software, And Other Equipment Used Within The Core Data Centers And Work Areas, Connecting End Users To The Organization's Local Area Network (Lan). Wide Area Network (Wan) Digital Transmission Equipment, Supporting Hardware And Software Directly Connecting Data Centers, Offices And Third Parties. Includes 1) External Digital Network Transport Equipment (Outside Plant) Physical Communications Infrastructure Connecting To Lan/Wan End Points 2) Copper And Fiber Communications Systems, And 3) Cellular Infrastructure Such As Towers, Repeaters, Switching Systems Dedicated For Cellular Communication. Products And Tools That Enable Or Distribute Voice Services Through On Premise Digital Equipment Including Pbx, Vo Ip, Voicemail And Handsets. (7G21)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 5, 2026
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Mar 24, 2026, 4:00 PM

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) has issued RFQ No. CORHQ-26-Q-0080 for the FDIC Aruba Networking System Requirement. This opportunity seeks vendors to provide hardware, software, and services for the refresh of Aruba Access Points (AP-655) and related components, which are primary for the FDIC's WiFi communications. Quotes are due by March 24, 2026, at 12:00 PM EST.

Scope of Work

This requirement involves the procurement and implementation of:

  • Hardware: HPE Aruba Networking AP-655 (US) Tri-radio 4x4 802.11ax Wi-Fi 6E Internal Antennas, various mounting bracket kits, and HPE Aruba Networking 10G SFP+ LC SR 300m OM3 MMF Transceivers.
  • Software: HPE Aruba Networking Enterprise License Bundles and associated 1-year support licenses.
  • Services: HPE Aruba Networking 5-Day Remote QuickStart Service, 5-Day Travel Packaged Service, and a "Wireless Network Health Check." The health check includes an RF wireless site survey, analysis of wireless controller and AP profiles, and recommendations for remediation and optimization, with deliverables such as an active site survey report.

Contract Details

  • Type: Firm-Fixed-Price
  • Set-Aside: Not a Small-Business Set-Aside
  • NAICS: 541519 (Small Business Size Standard: $34M)
  • Place of Performance: Arlington, VA
  • Period of Performance: To be determined (TBD)

Submission Requirements

Offerors must submit the following components, preferably as separate documents:

  • Price Schedule Spreadsheet (REQUIRED) – using the provided template.
  • Section K – Representations and Certifications (REQUIRED).
  • Proof of active registration in SAM.gov (REQUIRED).
  • Proof of partnership with HPE Aruba (REQUIRED) – Offerors must be an Authorized Reseller/Partner of Aruba or the Original Equipment Manufacturer (OEM).
  • Pre-Award Supply Chain Risk Management (SCRM) Information (REQUIRED) – including offeror's status (OEM, AM, or Authorized Supplier), manufacturer information, and subcontractor information.
  • EULAs, MSAs, or Warranty Terms (if applicable) – for incorporation into the resulting contract.

Quotes that do not include all required components will not be considered for award. The selected awardee must have an active SAM.gov registration prior to contract award.

Evaluation Criteria

Evaluation will be based on a "Price Only" or "Lowest Price Technically Acceptable" (LPTA) method. Technical acceptability will be determined by meeting minimum technical requirements, and pricing will be evaluated for completeness and reasonableness.

Key Dates & Contact

  • Questions Due: March 13, 2026, 12:00 PM EST
  • Quotes Due: March 24, 2026, 12:00 PM EST (extended by Amendment 0001)
  • Contact: Diamond Toles, ditoles@fdic.gov, 571-213-4018

People

Points of Contact

Diamond TolesPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 18, 2026
Version 1
Solicitation
Posted: Mar 5, 2026
View
FDIC'S Aruba Networking System Requirement | GovScope