Synology Storage for HLS
ID: 80NSSC26922305QType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotes for the procurement of Synology Storage for Human Landing System (HLS), a brand-name requirement specifically for authorized resellers. This procurement is set aside for small businesses under NAICS Code 541519 and includes the purchase of a Network Attached Storage (NAS) system, expansion units, hard drives, and associated support services, with a lead time of 30 days after receipt of order. The selected storage solution is critical for meeting current capacity requirements and ensuring compatibility with existing systems, thereby avoiding potential usability and support challenges. Quotes are due by December 29, 2025, at 8 a.m. CT, and must be submitted to Stephanie Graham at Stephanie.n.Graham@nasa.gov, referencing the tracking number provided in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the requirements for purchasing specific IT hardware and services, including a NAS (Network Attached Storage) system, expansion units, hard disk drives, solid-state drives, network adapters, and RAM modules. It also includes a five-year Synology Premium Support Service and a cable management arm. The place of performance is Bldg 33 Rm B221 8800 Greenbelt Rd, Greenbelt, MD 20770, with a period of performance of 30 days ARO. Additionally, the document mandates the inclusion of AI verbiage in all contracts, requiring contractors to disclose the use of AI technologies and adhere to specific requirements for acquiring covered AI systems or services as defined by OMB memo M-25-22.
    The NASA Shared Services Center recommends a brand name justification to procure data storage from Synology, Inc. for Storage for HLS, with an estimated lead time of 30 days ARO. This recommendation is based on the selected storage unit meeting current capacity requirements and the team's existing training on its installation, configuration, support, and operation. Transitioning to alternative products could lead to challenges in usability, support, configuration, installation, and compatibility with other systems. Using an alternative product would also require additional testing, training, and preparations, with no guarantee of intended function, potentially increasing overall costs due to costly workarounds or additional equipment, software, and training.
    The National Aeronautics and Space Administration (NASA) Shared Services Center has issued Request for Quotation (RFQ) 80NSSC26922305Q for Synology Storage for HLS, a brand-name requirement. Quotes are due by December 29, 2025, at 8 a.m. CT to Stephanie Graham (Stephanie.n.Graham@nasa.gov) and must reference the tracking number. This procurement is set aside for small businesses, with NAICS Code 541519. Offerors must be registered on SAM.gov and complete specific provisions regarding telecommunications equipment. The RFQ includes sections on the Statement of Work, Instructions to Offerors, Solicitation Provisions/Representations and Certifications, Clauses/Terms and Conditions, and Quote Evaluation Criteria. Key requirements for bids include CAGE/UEI Code, FOB Destination, lead time for delivery, and a point of contact. The document details various FAR and NFS clauses, including those related to Buy American, Trade Agreements, prohibited business practices, and whistleblower rights. An ombudsman is available for concerns that cannot be resolved by the contracting officer.
    Lifecycle
    Title
    Type
    Synology Storage for HLS
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Neev Content Suite for SAP
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration Shared Services Center is seeking proposals for the Neev Content Suite for SAP, a brand-name requirement set aside for small businesses. The procurement aims to acquire a specialized software solution that ensures seamless data migration and business continuity, particularly through the Neev Archive Migration Toolkit, which is uniquely compatible with SAP S/4HANA and legacy systems. This contract is critical for maintaining operational integrity and compliance with SAP requirements, with a performance period from December 1, 2025, to December 1, 2027. Interested vendors must submit their quotes by January 5, 2026, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, and ensure they are registered on www.sam.gov.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    LinkedIn Hiring Solutions Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking to renew its LinkedIn Hiring Solutions, specifically for internal use, through a Request for Quotation (RFQ). The procurement requires the acquisition of 3 recruiter licenses and 5 dashboard manager seats, which will be managed exclusively by NASA employees, with no contractor involvement in recruitment services or career page updates. This renewal is crucial for maintaining NASA's internal hiring capabilities and ensuring effective management of their existing career page. Quotes are due by December 31, 2025, at 12 p.m. CT, and interested parties should direct inquiries to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by December 29, 2025, at 12 p.m. CT.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    SNA Software LLC. Limited Source Justification
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Limited Source Justification for data analysis support services through GSA contractor SNA Software LLC. This procurement aims to secure specialized IT and telecom service delivery support, specifically focusing on operations center and project management services. The services are critical for the effective analysis and management of EPFD data, which plays a vital role in NASA's research and operational activities. Interested parties can reach out to primary contact Melissa Newell at melissa.newell@nasa.gov or secondary contact Nikki Terranova at nikki.terranova@nasa.gov for further information regarding this opportunity.
    Pure Storage as a Service
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Pure Storage to provide storage solutions for Senate data through a contract titled "Pure Storage as a Service." The procurement requires offerors to submit firm-fixed-price quotations for various Pure Storage //X70 Series models, which will support multiple operating systems and include a base year followed by four option years. This service is critical for maintaining the Senate's data infrastructure and ensuring compliance with federal regulations, particularly regarding telecommunications equipment. Interested parties must submit their quotes by January 12, 2025, and direct any inquiries to Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-224-0120.
    Pure Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking authorized resellers of Pure Storage to provide data storage solutions as outlined in Request for Quotation (RFQ) 2025-R-072. The procurement includes various configurations of Pure Storage //X70 Series systems for both production and lab environments, supporting multiple operating systems and virtualization platforms. This initiative is critical for the SAA to effectively manage and store its data, ensuring compliance with federal regulations and operational efficiency. Interested vendors must submit their firm-fixed-price quotations by January 12, 2026, with all submissions sent via email to acquisitions@saa.senate.gov. For further inquiries, contact Tonia Courtney at 202-909-9017 or via email at zemirahcourtney@saa.senate.gov.
    Annual SAN Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance support renewal for an existing Storage Area Network (SAN) at Hanscom Air Force Base in Massachusetts. The procurement aims to secure ongoing maintenance coverage for various IBM hardware, including FlashSystem and TS4300 Tape modules, with a performance period from February 1, 2026, to January 31, 2027. This maintenance is critical for ensuring the reliability and performance of the Air Force's data storage infrastructure. Interested parties must submit their quotes by January 5, 2026, and direct any inquiries to Kristin Morrison at kristin.morrison.1@us.af.mil or Lt Amanda Thoman at amanda.thoman@us.af.mil.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    54--STORAGE UNIT,SAFETY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of seven safety storage units (NSN 5450014532921) to be delivered to the Naval Special Warfare Group NSWG 2 within 120 days after order. The solicitation is classified under the NAICS code 332311, which pertains to Prefabricated Metal Building and Component Manufacturing, indicating the importance of durable and reliable storage solutions for military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.