Relocate/Reestablish NSF Headquarters IT Infrastructure Operations and Decommission Legacy IT Equipment/Property and Connections.
Type: Special Notice
Overview

Buyer

NATIONAL SCIENCE FOUNDATIONNATIONAL SCIENCE FOUNDATIONDIV OF ACQ AND COOPERATIVE SUPPORTALEXANDRIA, VA, 22314, USA

NAICS

Computer Systems Design Services (541512)
Timeline
    Description

    The National Science Foundation (NSF) is seeking contractor support for the relocation and re-establishment of its IT infrastructure operations at its new headquarters located at 401 Dulany Street, Alexandria, Virginia. The project involves decommissioning legacy IT equipment while ensuring that mission-critical services remain uninterrupted, and establishing a secure IT infrastructure that complies with FISMA, FITARA, and FedRAMP requirements. This initiative is crucial for maintaining the operational integrity of NSF's services, which include data center management, network support, and cloud services. Interested parties may submit their quotations and technical capabilities to Derek Bowks at dbowks@nsf.gov by December 19, 2025, as the government reserves the right to determine whether to open the requirement to competition.

    Point(s) of Contact
    Derek Bowks
    dbowks@nsf.gov
    Files
    Title
    Posted
    The National Science Foundation (NSF) intends to increase the ceiling of task order 49100420F0014 to add additional time-and-material services. This action is taken under the authority of FAR 16.505(b)(2)(i)(C) for reasons of economy and efficiency. The Office of the Chief Information Officer (OCIO) requires contractor support for the immediate relocation and re-establishment of NSF Headquarters' IT infrastructure, operations, and technical support services at the new location (401 Dulany Street, Alexandria, VA 22314). Simultaneously, the contractor will decommission legacy IT equipment at the current location without disrupting NSF’s mission-critical services. The new headquarters requires a secure and accredited IT infrastructure supporting various services, including Data Center, Network, Phone/Voice/Audio Visual, Technology Hosting, Cloud Support, Enterprise Directory Services, Email, Identify Management, Remote Access, and System Monitoring. These services must comply with FISMA, FITARA, and FedRAMP requirements to achieve Authority to Operate (ATO). The U.S. General Services Administration (GSA) has set a two-month schedule for the relocation. The NAICS code for this requirement is 541512 ($34M size standard). This notice is not a request for proposals, but responsible sources may submit quotations and technical capabilities by December 19, 2025, to dbowks@nsf.gov. The government reserves the right to determine whether to open the requirement to competition.
    Similar Opportunities
    Limited Sources Justification for ServiceNow
    National Science Foundation
    The National Science Foundation (NSF) is seeking services to operate, maintain, and enhance its Customer Relationship Management (CRM) tool, currently utilizing ServiceNow. The procurement aims to ensure the effective tracking of requests from grant seekers, which is critical for maintaining the integrity of the NSF's merit review process. These services will include error correction, issue resolution, and rapid problem-solving to support NSF's mission over an estimated six-month period. Interested vendors can reach out to Kimberly Fields at kfields@nsf.gov or Brandon Harrell at bharrell@nsf.gov for further details regarding this opportunity.
    Request for Information on the Tech Labs Initiative for the U.S. National Science Foundation
    National Science Foundation
    The U.S. National Science Foundation (NSF) is seeking input through a Request for Information (RFI) regarding its upcoming Tech Labs Initiative, aimed at accelerating practical research and overcoming barriers to the commercialization of emerging technologies. The initiative will support full-time research, development, and innovation (RDI) teams with operational autonomy and milestone-based funding, focusing on key areas such as quantum technology, artificial intelligence, critical materials, semiconductor manufacturing, and biotechnology. Responses to this RFI are due by January 20, 2026, and interested parties can submit their feedback via email to TechLabs@nsf.gov, with funding for the program expected to range from $10 million to $50 million per team per year. For further engagement, NSF will host webinars on December 17, 2025, and January 14, 2026, to discuss the RFI and answer questions.
    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.
    Cybersecurity Operations Facility
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the construction of a new Cybersecurity Operations Facility at Fort Meade, Maryland. This facility will serve the Navy and Marines, featuring secure open office spaces, operational areas, a large server area, and various mission support areas including training and collaborative spaces. The project is significant for enhancing cybersecurity operations and infrastructure, with a firm fixed-price contract structure. Interested contractors should note that the proposal due date has been extended to January 6, 2026, and can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    CISA Enterprise Engineering and Operations Support Services (CEEOSS)
    Homeland Security, Department Of
    The Department of Homeland Security's Cybersecurity and Infrastructure Security Agency (CISA) is seeking qualified firms to provide Enterprise Engineering and Operations Support Services (CEEOSS) to modernize its IT infrastructure. The primary objective is to assist CISA in establishing robust enterprise IT capabilities, including technology evaluation, cloud migration, and enhanced IT service performance, security, and availability. This opportunity is critical for supporting CISA's mission to protect the nation's physical and cyber infrastructure, particularly in light of evolving congressional requirements and strategic priorities. Interested parties must submit their capabilities statements by 1:00 PM Eastern on December 22, 2025, to the designated contacts, William Dunlap and Eva I. Shaw-Taylor, via email.
    Installation Fiber Optics Networking Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    Horizontal Dry Dilution Refrigerator Relocation Service
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from industry sources regarding the provision of Horizontal Dry Dilution Refrigerator Relocation Services. This procurement involves the expert disassembly, packing, re-assembly, and installation of a semi-custom Blue Fors Horizontal Dry Dilution Refrigerator, ensuring that the existing warranty coverage and performance are maintained throughout the process. The relocation is critical for the NIST's Quantum Calorimeter Group, as it supports ongoing research and development activities at the new location in Brookhaven National Laboratory, NY. Interested parties should submit their responses by December 22, 2025, to Lisa Stevens at lisa.stevens@nist.gov, and are encouraged to review the attached Statement of Work for detailed requirements.
    Justification for an Exception to Fair Opportunity under IDIQ Contracts - NBIS NASS Bridge
    General Services Administration
    The General Services Administration (GSA) is seeking to justify an exception to fair opportunity under IDIQ contracts for the NBIS NASS Bridge project. This procurement aims to secure a comprehensive range of IT services, technical expertise, and management solutions to sustain and manage legacy background investigative applications and subsystems, including Secure Web Fingerprint Transmission (SWFT), the Defense Central Index of Investigations (DCII), and the Defense Information System for Security (DISS). These IT solutions are critical for the Defense Counterintelligence and Security Agency (DCSA) to support background investigation services across various government agencies on a global scale. Interested parties can reach out to Andrew R. Hotaling at andrew.hotaling@gsa.gov or (202) 213-8818, or Joseph Michael Flanigan at joseph.flanigan@gsa.gov or (703) 216-7058 for further information.
    N--Structured Network Cabling Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide structured network cabling services for the National Institute of Environmental Health Sciences (NIEHS) located in Research Triangle Park, North Carolina. The contractor will be responsible for planning, installing, and organizing cables and related components to establish a reliable and scalable network infrastructure, which is crucial for supporting engineering, operations, maintenance, and construction personnel. This five-year contract, with a performance period from February 1, 2026, to January 31, 2031, includes specific requirements for cabling types, installation methods, and safety regulations, with a total ceiling of $2 million. Interested parties should contact Andrew Gathogo at andrew.gathogo@nih.gov or +1 984 287 4386 for further details and must acknowledge receipt of the solicitation amendment by the specified deadline.
    N0SSA FURNITURE REMOVAL
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command at the Naval Surface Warfare Center Indian Head Division, is soliciting quotes for furniture removal services under Request for Quote (RFQ) N0017426Q1010. The procurement involves the removal and disposal of 32 office cubicles and miscellaneous office furniture, with the requirement to complete the service within one week of contract award. This opportunity is particularly significant as it supports the efficient management of office space and resources within the Navy, with a total estimated award amount of $47,000,000. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by 12 PM Eastern Time on December 22, 2025, and can contact Christina E. Simpson at christina.e.simpson.civ@us.navy.mil or 301-744-6627 for further details.