Starshield terminals with global access subscriptions
ID: 80NSSC26920058QType: Special Notice
Overview

Buyer

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

NAICS

Satellite Telecommunications (517410)

PSC

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

    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Starshield terminals with global access subscriptions to enhance secure satellite-based data transport services for its Deep Space Network (DSN). The procurement requires the contractor to provide seven terminals with mount kits for redundancy and eight data subscriptions, ensuring continuous encrypted data service with a minimum uplink speed of 20 Mbps, while adhering to stringent data integrity and encryption standards. This initiative is critical for establishing encrypted communication links among DSN ground stations located in Goldstone, California; Madrid, Spain; and Canberra, Australia, thereby improving the resiliency and diversity of NASA's communication capabilities. Interested organizations can submit their capabilities and qualifications by December 15, 2025, at 4:00 p.m. CST, to determine if a competitive procurement is feasible, with inquiries directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA’s SCaN Program requires secure satellite-based data transport services using the Starshield system to enhance the resiliency and diversity of the Deep Space Network (DSN). This six-month pilot will establish encrypted, government-only communication links among DSN ground stations in Goldstone, California; Madrid, Spain; and Canberra, Australia. The contractor must provide seven terminals with mount kits for redundancy and eight 5TB/month data subscriptions for continuous, encrypted data service with a minimum of 20 Mbps uplink. Data integrity and encryption must utilize AES 128 or better, safeguarding all NASA data in accordance with government CUI and export-control requirements. The contract also mandates disclosure of AI technology use and adherence to additional requirements if acquiring covered AI systems or services, as defined by OMB memo M-25-22.
    NASA/NSSC intends to award a sole source contract to SPACE EXPLORATION TECHNOLOGIES CORP. for Starshield terminals with global access subscriptions. This decision is based on SPACE EXPLORATION TECHNOLOGIES CORP. being the sole provider of these services, under the authority of FAR 13.106-1(b)(1)(i). The procurement will acquire commercial items and services following FAR Part 12 and FAR Part 13, with performance at NASA Headquarters. The NAICS Code is 517410. Interested organizations can submit capabilities and qualifications by December 15, 2025, 4:00 p.m. CST, for evaluation to determine if a competitive procurement is feasible. The government retains discretion in this decision. Oral communications are not accepted, and NASA Clause 1852.215-84, Ombudsman, is applicable.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    Integration and Setup of Nokia Equipment Services & Vinco Services
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract to VINCO INC for the integration and setup of Nokia Equipment Services and Vinco Services, which are critical for supporting initiatives at the Johnson Space Center and Glenn Research Center. The procurement involves the provision and integration of specific Nokia hardware, including 5G and 4G Radio Remote Heads (RRHs) and Baseband Units (BBUs), with responsibilities including initial configuration, shipping, and final on-site integration. Interested organizations are invited to submit their capabilities and qualifications by December 16, 2025, for potential evaluation, although the government reserves the right to proceed with a non-competitive acquisition. For further inquiries, interested parties may contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
    FY26 Entrust Subscription Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking qualified vendors for the FY26 Entrust Subscription Renewal, a procurement set aside for small businesses under the NAICS Code 513210. This contract involves the acquisition of various Entrust CA Gateway subscriptions, PKI enrollment licenses, and associated Platinum Support Annual Fees, all of which are critical for maintaining secure communications and operations within NASA's Marshall Space Flight Center. The subscriptions will be delivered electronically and are required for a one-year period starting January 1, 2026, with a need by date of December 31, 2025. Interested parties must submit their quotes by December 11, 2025, at 8 a.m. CT, and can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov for further information.
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion on whether to conduct a competitive procurement process.
    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.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    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.
    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.
    TTTech Switch Lab Space Switches
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    Quantum Sensing and Communications applications for Exotic Optical Fibers manufactured from materials produced in space study
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for a feasibility study on Quantum Sensing and Communications applications utilizing Exotic Optical Fibers manufactured from materials produced in space. This initiative aims to leverage microgravity conditions in low-Earth orbit (LEO) to develop high-performance quantum materials, focusing on the definition of a quantum glass manufacturing system, modeling sensor performance, and establishing methodologies for both in-space and terrestrial manufacturing. The project is aligned with national research and development priorities and is expected to run until April 30, 2026, with key milestones including a kickoff meeting, preliminary and final study reports, and a briefing for stakeholders. Interested organizations must submit their capabilities by 1 p.m. CST on December 15, 2025, to Cara Craft at cara.s.craft@nasa.gov to determine the feasibility of competitive procurement.