US Top Level Domain (usTLD) Registry Management Services
ID: 1331L526R13350002-0001Type: Presolicitation
Overview

Buyer

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

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Commerce is seeking an Administrator for the United States country code Top Level Domain (usTLD) registry management services. The selected contractor will be responsible for providing baseline services, modernizing usTLD operations, and ensuring secure and reliable management of the .us domain, while adhering to strict security, privacy, and reporting standards. This opportunity is critical for maintaining the integrity of the U.S. Internet governance framework and combating DNS abuse, with a contract performance period of seven years, including a 9-month transition and a 27-month base period followed by four 1-year options. Interested parties should direct inquiries to Jacqueline Brown and Blen Gabriel by January 8, 2026, and must ensure they are registered in SAM to participate in the procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a no-cost contract RFP from the U.S. Department of Commerce (DOC) for a usTLD administrator. The contract includes a 9-month transition, a 27-month base period, and four 1-year option periods, totaling 7 years. The selected contractor will not receive government funding but can charge approved, fair, and reasonable fees to third parties. Key responsibilities include ensuring the secure, stable, and reliable operation of the .us domain, developing policy, and participating in multistakeholder Internet governance. Proposals will be evaluated in two phases: Phase 1 on demonstrated experience and approach, and Phase 2 on work statement submissions, oral briefings, and a fee structure with cost narrative. The evaluation prioritizes technical factors over cost, with a focus on compliance, DNS abuse mitigation, transparency, and Section 508 accessibility for electronic documents. Offerors must be actively registered in SAM and adhere to strict submission guidelines.
    The document, identified as 1331L526R13350002-0001 .usTLD, pertains to Questions & Answers for the US Top Level Domain (usTLD) Registry Management Services. The core issue raised is the absence of an Appendix containing Job Descriptions, which is referenced in Performance Work Statement (PWS) Paragraph 8.0,
    The National Telecommunications and Information Administration (NTIA) seeks an Administrator for the United States country code Top Level Domain (usTLD) registry. This Request for Proposal outlines requirements for managing the usTLD, including background, objectives, and scope of services. The Administrator will provide baseline services, modernize usTLD operations, and advance a multistakeholder approach to Internet governance. Key responsibilities include ensuring secure and reliable usTLD operations, managing registrar accreditation, implementing a U.S. Nexus Requirement, combating DNS abuse, and protecting intellectual property. The Contractor must be a U.S. entity, operate at no cost to the government (generating revenue through fees), and adhere to strict security, privacy, and reporting standards. The contract has a 7-year performance period, with government ownership of all usTLD data.
    Lifecycle
    Title
    Type
    Similar Opportunities
    US Top Level Domain (usTLD) Registry Management Services
    Commerce, Department Of
    The Department of Commerce is seeking a contractor to provide management services for the United States country code Top Level Domain (usTLD) registry. The primary objective is to ensure secure, stable, and resilient operations of the usTLD, while modernizing services and promoting a multistakeholder approach to Internet governance. Key responsibilities include managing registry and registrar services, implementing risk management programs, enforcing compliance with U.S. Nexus Requirements, and combating DNS abuse, with a total contract duration of seven years. Interested parties can direct inquiries to Jacqueline Brown at jbrown4@doc.gov or Blen Gabriel at bgabriel@doc.gov, with the solicitation details available for review on SAM.gov.
    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.
    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.
    Periodical Subscription Management Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking proposals for Periodical Subscription Management Services under Solicitation Number 70SBUR26Q00000029. The contractor will be responsible for obtaining licenses and providing online access to a variety of periodicals and journals for 10 USCIS personnel, ensuring that access information is distributed within seven days of activation. This service is crucial for supporting the information needs of USCIS staff, with a contract period from January 1, 2026, to December 31, 2026, and a firm-fixed price structure. Interested vendors must submit their quotes by January 22, 2026, at 2:00 PM ET, and can contact Andre Stewart or Alexis James via email for further information.
    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.
    Commercial Data Hub Pilot Program
    Commerce, Department Of
    The Department of Commerce (DOC) is seeking proposals for the Commercial Data Hub Pilot Program, aimed at acquiring commercially available data to support its mission of economic growth and address national challenges. This open and continuous procurement will utilize simplified acquisition procedures for contracts up to $7.5 million, focusing on various data categories including business governance, consumer, financial, health, real estate, supply chain, telecommunications, and transportation. The initiative is critical for providing shared access to standardized data across DOC bureaus, thereby enhancing decision-making and policy formulation. Interested vendors can reach out to the primary contacts at commercialdatahub@doc.gov or jbrown4@doc.gov, with the solicitation remaining open until December 31, 2026.
    USCIS-OIT: IT Services - Request For Information
    Homeland Security, Department Of
    The U.S. Citizenship and Immigration Services (USCIS), under the Department of Homeland Security, is seeking industry input through a Request for Information (RFI) focused on IT services. This RFI aims to gather preliminary market research regarding the capabilities of potential contractors, specifically in the realm of computer systems design and related services, as outlined in NAICS code 54151. The information collected will assist USCIS in understanding industry capabilities for future procurement, although it does not constitute a solicitation for bids or proposals. Interested parties must submit their responses, including a cover letter and answers to specific questions, by January 22, 2026, at 11:59 PM Eastern Time, to Nicholas Barrett at nicholas.p.barrett@uscis.dhs.gov.
    Web Hosting and Development Professional Services
    Executive Office Of The President
    The Executive Office of the President (EOP) is seeking qualified vendors to provide Web Hosting and Development Professional Services through a combined synopsis/solicitation. This procurement aims to secure comprehensive web hosting and development support for the EOP's Office of Administration, with a focus on enhancing the functionality and security of the WhiteHouse.gov website. The contract will be a Firm Fixed Price (FFP) Purchase Order with a four-year performance period, including a 12-month base and three 12-month option periods, and is set aside for small businesses under NAICS code 518210. Interested vendors must submit a signed Non-Disclosure Agreement (NDA) to access the Performance Work Statement (PWS) and are required to submit their quotations by January 6, 2026, at 11:00 AM ET. For further inquiries, vendors can contact Alysha Purvis-Rogers at Alysha.K.Purvis-Rogers@oa.eop.gov or Franky Awuvey at franky.m.awuvey@oa.eop.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.
    Wireline Communication Services for the U.S. Mission to Canada
    State, Department Of
    The U.S. Department of State is seeking qualified vendors to provide Wireline Communication Services for the U.S. Diplomatic Mission to Canada, including the U.S. Embassy in Ottawa and various consulates across the country. The contract encompasses a range of services such as Analog Phone Services, Data Transport Services (PRI), SIP-Based Telephony Services, and Managed Dedicated Internet Services, with an emphasis on comprehensive invoicing and service continuity. This procurement is critical for maintaining effective communication capabilities for U.S. diplomatic operations in Canada. Quotations are due by January 5, 2025, at 16:00 EST, and interested parties must be registered in the SAM database and submit their proposals via email to ContractsOttawa@state.gov.