Akamai Edge DNS Renewal
ID: 80NSSC25892725Q-1Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 1:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) is seeking proposals for the renewal of the Akamai Edge DNS Service, which is critical for maintaining all of NASA's public Domain Name System (DNS) zones and records. The procurement requires 12 units of the Edge DNS service, supporting up to 3970 zones, with a performance period from February 1, 2025, to January 31, 2026, at the Marshall Space Flight Center in Huntsville, Alabama. This renewal is essential to ensure the reliability and security of NASA's DNS infrastructure, as transitioning to a different vendor would pose significant operational risks. Interested vendors must reference tracking number 80NSSC25892725Q-1 in their email submissions and can contact Shanna Patterson at shanna.l.patterson@nasa.gov for further inquiries.

Point(s) of Contact
Files
Title
Posted
Jan 22, 2025, 11:09 PM UTC
The document outlines the Statement of Work for the renewal of the Akamai Edge DNS Service, essential for maintaining all NASA public DNS zones and records. It specifies the requirement for 12 units of the Edge DNS service, supporting up to 3970 zones, under the part number EDC-000-ZOU-21-011, with a security option included. The service will be performed at the Marshall Space Flight Center in Huntsville, Alabama. The period of performance for this service spans from February 1, 2025, to January 31, 2026. This initiative ensures the continued reliability and security of NASA’s DNS infrastructure, highlighting the agency's commitment to maintaining its digital operations effectively.
Jan 22, 2025, 11:09 PM UTC
The document addresses queries related to the renewal of Akamai Edge DNS Services. It clarifies that the primary goal is not to onboard new services but to maintain existing ones, specifically managing DNS zones as a secondary service. The inclusion of DNSSEC is confirmed as a requirement for this renewal process. This Q&A reflects the procedural aspects typical in government RFPs, emphasizing the focus on established services and security protocols. Overall, it outlines the intent to ensure continuity and compliance in the provision of DNS services while adhering to predefined specifications set forth in the associated Statement of Work.
Jan 22, 2025, 11:09 PM UTC
The document outlines a recommendation by the NASA Shared Services Center to negotiate exclusively with Akamai Technologies for the renewal of Akamai Edge DNS Services. The estimated cost and delivery period for this renewal are set from February 1, 2025, to January 31, 2026. The justification for this sole-source acquisition is based on Akamai's unique services, which currently host all of NASA's public Domain Name System (DNS) zones and records. The prior selection was approved by NASA leadership, emphasizing the necessity of continuity in DNS services. The document explains that using another vendor would entail a lengthy one-year transition, during which NASA would lack public DNS services, potentially impacting operations significantly. The structure highlights the rationale behind the recommendation, detailing both the unique attributes of Akamai's services and the repercussions of changing providers. This summary serves to clarify NASA's procurement decision in the context of its operational dependencies on specific brand capabilities.
Lifecycle
Title
Type
Akamai Edge DNS Renewal
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
FY25 Xerox DocuShare Annual Support Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the annual support renewal of Xerox DocuShare software, specifically for Standard and Incremental Servers, through Request for Quotation (RFQ) 80NSSC25898751Q. This procurement is set aside for small businesses and includes options for technical support, maintenance, and upgrades, with a performance period from April 1, 2025, to March 31, 2026, at the Armstrong Flight Research Center in California. The services are crucial for maintaining operational efficiency and safeguarding NASA's software investment, ensuring continuous support and future upgrades. Interested parties must submit their quotes by April 10, 2025, and are encouraged to contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
36-Bay Disk Servers
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the procurement of two Supermicro Storage Super Server SSG-641E-E1CR36H systems, which are critical for data-intensive simulations in the Hypersonic Technology Project at NASA Langley Research Center. The servers must meet specific technical requirements, including dual socket Intel Xeon Gold 6548N CPUs, a minimum of 1,152 GB of DDR5 ECC memory, and 20 enterprise-grade 18TB SAS HDDs, among other features. This acquisition is vital for enhancing NASA's computational capabilities in hypersonic research, with a delivery deadline set for September 30, 2025. Interested vendors should submit their offers by April 7, 2025, and can direct inquiries to Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
Ubiquiti Networking Components
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Ubiquiti Networking Components for its internal data network at the Stennis Space Center. The procurement includes a variety of networking hardware, such as 10 Pro Max 48-port Layer 3 Ethernet Switches, a PoE version, an Enterprise Fortress Gateway, and additional aggregation and managed switches, along with SFP+ and SFP28 cables and modules, aimed at enhancing operational efficiencies. This initiative reflects NASA's commitment to improving its network capabilities, which are critical for supporting its various missions and operations. Interested vendors must submit their quotes by April 10, 2025, and ensure compliance with federal regulations, including registration at SAM.gov; for further inquiries, they can contact Kimberlynn Lancaster at kimberlynn.m.lancaster@nasa.gov.
Panalytical Empyrean Service Contract Renewal
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to renew a service contract for the Panalytical Empyrean X-ray diffraction system, with the intention of issuing a sole-source contract to Malvern Panalytical Inc., the original equipment manufacturer. This contract is essential for providing emergency and scheduled maintenance, ensuring the operational integrity of the equipment critical for aerospace research, as only Malvern Panalytical can deliver the specialized technical support required due to the proprietary nature of the system. The contract is valued for the period from March 15, 2025, to March 14, 2026, and interested organizations must submit their qualifications by 7 a.m. Central Standard Time on April 8, 2025, to Shanna Patterson at shanna.l.patterson@nasa.gov for consideration in the procurement process.
RS Means Online
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is planning to issue a sole source contract for RS Means Online services, specifically targeting data management and analysis capabilities compliant with federal standards. The procurement will involve two distinct offerings: FedRAMP Name Users Complete Plus, which includes all datasets and predictive data, and FedRAMP Concurrent Complete Plus, providing support for one concurrent user along with up to ten named users. The contract is set for a period of one year after receipt of order and will be managed by NASA’s Marshall Space Flight Center, with qualifications due by 1 p.m. CST on April 7, 2025. Interested organizations should submit their qualifications in writing to Cara Craft at cara.s.craft@nasa.gov, as oral communications are not acceptable.
NASA Environmental and Medical Contract (NEMCON) IDIQ Ceiling Increase
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to increase the indefinite-delivery indefinite-quantity (IDIQ) ceiling for the NASA Environmental and Medical Contract (NEMCON) to better meet its operational needs. This modification will involve a sole-source acquisition from HSG, LLC, due to their specialized capabilities in environmental and medical services that are critical for NASA's space and aeronautical missions. The increase in the IDIQ ceiling is necessary to accommodate rising demands and ensure the continuity of essential services, following a comprehensive evaluation of the contractor's past performance and technical proficiency. Interested organizations are invited to submit their capabilities and qualifications to Contracting Officer Anthony Islas via email by 3:30 PM Eastern Time on April 15, 2025, for consideration in this procurement process.
Commercial Low Earth Orbit (LEO) Destination Contract (CLDC) Sources Sought
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the Commercial Low Earth Orbit (LEO) Destination Contract (CLDC) as part of its efforts to transition from the International Space Station (ISS) to commercially operated space stations. This initiative aims to ensure continuous U.S. presence in space and involves the development of new LEO destinations and supporting systems, including end-to-end services for in-orbit destinations and associated vehicles. The procurement process will include a draft Request for Proposal (RFP) anticipated in the summer of 2025, with a focus on firms capable of providing comprehensive CLD services, including program management and safety assurance. Interested parties should submit their capability statements by April 23, 2025, to Rogelio Curiel or Matthew Windemuth at jsc-cldc@mail.nasa.gov for consideration in this competitive opportunity.
Flight Dynamic Support Services (FDSS III) Extension
Buyer not available
NASA's Goddard Space Flight Center is seeking to extend its Flight Dynamics Support Services (FDSS III) contract, which provides essential flight dynamics support for various space missions and systems analysis. The procurement aims to ensure continued operational support, including orbit determination, trajectory control, and attitude analysis, while also advancing technology development in navigational techniques and software engineering compliance. This sole source contract extension to OPR, LLC is critical for maintaining mission capabilities through October 31, 2025, as a follow-on competitive contract is anticipated. Interested organizations may submit their qualifications to Jacob Perez at jacob.a.perez@nasa.gov by 4:30 PM EST on October 21, 2024, for consideration in the acquisition process.
Speedgoat IO Modules
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Speedgoat IO Modules through a sole source contract with Speedgoat, Inc., the sole provider of these modules. The procurement aims to fulfill specific requirements at the NASA Langley Research Center (LARC), where these modules will be utilized for various research and development activities. Interested organizations are invited to submit their capabilities and qualifications in writing by 2:30 p.m. Central Standard Time on April 7, 2025, to determine if the procurement will be conducted on a competitive basis. For further inquiries, interested parties may contact Cody Guidry at cody.d.guidry@nasa.gov or Shari Trigg at shari.trigg@nasa.gov.
SOURCES SOUGHT SPECIAL NOTICE 2025
Buyer not available
The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.