US Top Level Domain (usTLD) Registry Management Services
ID: 1331L526R13350002Type: Presolicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFOFFICE OF THE SECRETARYDEPT OF COMMERCE SSPOWASHINGTON, DC, 20230, USA

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Commerce is seeking a contractor to provide management services for the United States country code Top Level Domain (usTLD) registry. The selected Administrator will be responsible for ensuring secure, stable, and resilient DNS operations while modernizing and enhancing usTLD services, which are vital for maintaining the integrity of internet governance in the U.S. This contract, which spans a total of seven years, includes a nine-month transition period and requires the contractor to implement robust security practices, manage registrar accreditation, and actively combat DNS abuse. Interested parties can direct inquiries to Jacqueline Brown at jbrown4@doc.gov or Blen Gabriel at bgabriel@doc.gov, with the presolicitation currently open for industry review and feedback.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Commerce (DOC) is seeking a contractor for a no-cost, $0.00 contract to administer the .us Top-Level Domain (TLD). This procurement, not FAR-based but incorporating select FAR and CAR clauses, requires the contractor to manage the .us domain in the public interest, ensuring secure and stable operations, evolving policy, and advancing multistakeholder Internet governance. The contract includes a 9-month transition, a 27-month base period, and four 1-year option periods, totaling 7 years. Key requirements include extensive TLD operations experience, proactive DNS abuse mitigation, evidence-based reporting, addressing illegal content, and transparent appeal mechanisms. The contractor will accredit U.S.-registered registrars, ensure their compliance, and advocate for multistakeholder Internet governance. Proposals will undergo a two-phase evaluation, assessing demonstrated experience, proposed work statements, and fee structures. The chosen contractor must comply with Section 508 of the Rehabilitation Act for electronic documents and participate in a post-award conference. The government anticipates selecting the best-suited offeror without extensive negotiations.
    This document, part of a federal government Request for Proposal (RFP) for US Top Level Domain (usTLD) Registry Management Services, presents a set of questions and answers related to the solicitation. Specifically, the first and only question provided points out an inconsistency in the Performance Work Statement (PWS) Paragraph 8.0, "Qualifications," which references an Appendix for position descriptions that is not included in the PWS. The question then requests that this Job Description Appendix be provided. This indicates a clarification sought by a potential bidder regarding the required qualifications for personnel involved in the usTLD Registry Management Services.
    This document outlines the requirements for the administration of the United States country code Top Level Domain (usTLD) registry by the National Telecommunications and Information Administration (NTIA). The selected Contractor will manage and coordinate registry, registrar, database, and information services for the usTLD, ensuring secure, stable, and resilient DNS operations. Key responsibilities include implementing robust security and privacy practices, managing registrar accreditation and agreements, enforcing a United States Nexus Requirement for registrants, and actively preventing and mitigating DNS abuse. The Contractor must also support the unique "locality space" structure of the usTLD, maintain accurate registration data, and facilitate multistakeholder engagement in policy development. The contract has a total performance period of seven years and operates at no cost to the U.S. Government, with the Contractor generating revenue through fees. The document details specific baseline performance objectives, deliverables, and reporting requirements, including annual audits and a transition plan for a successor contractor.
    The National Telecommunications and Information Administration (NTIA) is seeking an Administrator for the United States country code Top Level Domain (usTLD) registry. This Requirements Document outlines the background, objectives, and scope of services, emphasizing the need for modernizing and enhancing usTLD services while advancing a multistakeholder approach to Internet governance. The Contractor will provide centralized management of registry, registrar, database, and information services, ensuring secure, stable, and resilient DNS operations. Key responsibilities include implementing a comprehensive risk management program, adhering to security and privacy practices (ISO 27001), managing registrar accreditation and compliance, enforcing a U.S. Nexus Requirement, and actively combating DNS abuse. The Contractor will also maintain usTLD registration data and a Delegated Manager Database, facilitate multistakeholder engagement in policy development, and address the revitalization of the kids.us domain. The contract is for a total of seven years and requires regular reporting and audits.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Commercial Data Hub Pilot Program
    Commerce, Department Of
    The Department of Commerce is seeking vendors to participate in the Commercial Data Hub Pilot Program, aimed at procuring commercially available data to support its mission of facilitating economic growth and opportunity. The program will allow continuous submissions from vendors for data across various industries, particularly focusing on the NAICS code 519290, which encompasses Web Search Portals and Information Services. This initiative is crucial for enhancing the Department's ability to leverage data for informed decision-making and operational efficiencies, with a contract value of up to $7.5 million and an open solicitation period extending through December 31, 2025. Interested parties can reach out to the primary contact at commercialdatahub@doc.gov or the secondary contact, Jacqueline Brown, at jbrown4@doc.gov for further information.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    DMDC USHRIS
    General Services Administration
    The General Services Administration (GSA) is seeking to modify an existing contract with Peraton for the development of the Uniformed Services Human Resources Information System (USHRIS) as part of the Defense Manpower Data Center's (DMDC) initiative. This modification is essential for completing the implementation of the Department of Defense's (DoD) Enterprise Identity, Credentialing, and Access Management (ICAM) requirements for the Trusted Associate Sponsorship System (TASS) application, with a critical deadline of September 30, 2023. The urgency of this procurement arises from a DoD directive to decommission outdated data centers, and Peraton is uniquely positioned to fulfill this requirement due to its expertise and security clearances, making competition impractical. Interested parties can reach out to Ryan P. Mathews at ryan.mathews@gsa.gov or David Roberts at david.a.roberts@gsa.gov for further information.
    Electronic Business Center RFI
    Commerce, Department Of
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking qualified small businesses to provide technical support for its Electronic Business Center (EBC) through a Sources Sought notice. The EBC is responsible for assisting external stakeholders with the USPTO's electronic patent systems, including the Patent Center and trademark filing systems, and requires comprehensive support services such as technical troubleshooting, account management, and customer service. This opportunity is crucial for maintaining efficient operations within the intellectual property community, with a contract value exceeding $25 million and a performance period extending from June 2026 to December 2031. Interested parties should submit their responses, detailing relevant experience, by December 19, 2025, to the primary contact, Denise Sanders, at denise.sanders@uspto.gov.
    NTIA Broadband Fabric & Mapping Data
    Commerce, Department Of
    The Department of Commerce, specifically the Office of the Secretary, has awarded a federal contract for the NTIA Broadband Fabric & Mapping Data project to CostQuest Associates, amounting to $47,791,974.38. This procurement is focused on data collection management support, which is crucial for enhancing broadband mapping and infrastructure planning across the United States. The contract is set to be performed in Cincinnati, Ohio, and interested parties can reach out to Courtney C. Palmer at cpalmer@doc.gov or by phone at 202-482-0510 for further details. The justification for this award can be found in the attached Justification for Other than Full and Open Competition (JOFOC) document.
    Limited Source Justification, Authority: FAR 8.405-6 and 40 U.S.C 501
    Interior, Department Of The
    The Department of the Interior (DOI) is issuing a six-month sole-source contract to T&T Consulting Services, Inc. for critical computer/information technology (C4IT) support services on behalf of the Department of Defense Medical Education and Training Campus (METC). This procurement is necessary to provide Tier 0/I/II support, system administration, and management of IT and audio-visual equipment, ensuring uninterrupted service for over 8,000 hardware units and 9,500 daily users during the transition to a new follow-on contract. The total estimated value of the contract is $1,988,537.60, and the incumbent contractor, T&T Consulting Services, Inc., was selected due to their existing DOD clearances and experience, which are vital for maintaining mission-critical support. For further inquiries, interested parties can contact Lydia Schickler at lydiaschickler@ibc.doi.gov or by phone at 703-964-4872.
    PR15698189-DT TATA DIN/NEN Renewal 2025-26
    State, Department Of
    The U.S. Department of State, through the American Consulate General in Mumbai, is soliciting proposals for the acquisition and upgrade of a 1GBPS TATA Internet Lease Line (ILL), transitioning from an existing 40MBPS service. The procurement aims to provide a reliable and high-performance internet connection for multiple agencies at the consulate, ensuring seamless communication and operational efficiency. This service is critical for supporting the Diplomatic Technology office's needs, requiring features such as 30 static IP addresses, 24/7 customer support, and a guaranteed uptime of over 99.9%. Proposals are due by December 19, 2025, at 16:00 local time, and interested vendors must submit their offers via email to mumbaiprocurement@state.gov, with an estimated contract value of $35,000.
    JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION
    Agency For International Development
    The U.S. Agency for International Development (USAID) is seeking to enter into a contract with the Canton Group for website design, administrative, and maintenance support services, specifically for the Office of Inspector General (OIG). The primary objective of this procurement is to continue the redesign and maintenance of the USAID OIG External Public Website, ensuring compliance with security requirements and addressing existing vulnerabilities in the current content management system. This contract is critical for maintaining the functionality and security of the OIG's public-facing digital presence, which is essential for the dissemination of legally required reports and information. The estimated cost for this contract is $929,469.61, with a performance period starting from March 15, 2023, to March 14, 2024, and options for two additional years. Interested parties can contact Scott Ferrante at sferrante@usaid.gov for further details.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    IT Research and Advisory Subscription Services
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking a sole-source Firm-Fixed Price task order for IT Research and Advisory Subscription Services from Gartner, Inc. This procurement aims to renew subscription services that support USTRANSCOM’s IT initiatives, including Cloud, Big Data, and IT Portfolio Optimization, with Gartner being the only provider capable of meeting the necessary security clearance requirements. The contract period is anticipated to run from January 1, 2023, to December 31, 2023, and the contracting officer will ensure the order represents the best value by reviewing pricing and seeking additional discounts. For further inquiries, interested parties may contact Jordan Gerdes at jordan.m.lewis26.civ@mail.mil or Daniel Schwab at daniel.j.schwab11.civ@mail.mil.