Audio Over IP Network - Library of Congress
ID: 030ADV25Q0131Type: Combined Synopsis/Solicitation
Overview

Buyer

LIBRARY OF CONGRESSLIBRARY OF CONGRESSCONTRACTS SERVICESWashington, DC, 20540, USA

NAICS

Engineering Services (541330)

PSC

SOUND RECORDING AND REPRODUCING EQUIPMENT (5835)
Timeline
    Description

    The Library of Congress is seeking qualified contractors to procure and install an Audio Over Internet Protocol (IP) network system for its National Audiovisual Conservation Center (NAVCC) in Culpeper, Virginia. The project involves integrating network hardware with the existing Lawo HOME System to create a fully functional AES67 Audio Over IP network, ensuring compatibility with current audio preservation technologies. This initiative is crucial for enhancing the Library's audio preservation capabilities and maintaining the integrity of its audiovisual collections. Interested parties must submit their proposals by May 23, 2025, at 5:00 PM EDT, and can direct inquiries to primary contact Colleen Daly at cdaly@loc.gov or secondary contact James Robinson at jarobinson@loc.gov.

    Point(s) of Contact
    Colleen Daly
    cdaly@loc.gov
    James Robinson
    jarobinson@loc.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the Library of Congress to secure contract support for procuring and installing an Audio Over Internet Protocol (IP) network system in its National Audiovisual Conservation Center (NAVCC). The contractor will be responsible for providing all necessary hardware and services to integrate with the existing Lawo HOME System. Key tasks include equipment procurement, installation, network configuration, integration, and performance testing. The contractor is expected to complete work by June 29, 2026, with a warranty period of 12 months following acceptance of the installed system. The document includes specific guidelines regarding invoicing, project oversight by a Contracting Officer Representative (COR), and compliance requirements concerning staff access to Library premises, ensuring security and proper conduct. Overall, the RFP emphasizes the importance of delivering a fully functional audio network compatible with existing technology, highlighting the Library’s commitment to preserving audio materials through advanced technological solutions.
    The document outlines an amendment to the solicitation for the procurement and installation of an AES67 Audio Over IP network at the Library of Congress's National Audiovisual Conservation Center. Key changes include an extended submission deadline to May 23, 2025, and the inclusion of various attachments that address vendor inquiries, provide equipment specifications, and enhance the Statement of Work. The contractor must supply, install, and integrate networking hardware into the existing Lawo HOME System while ensuring compliance with the Library's network concept. Services required from the contractor encompass equipment procurement, hardware installation, network configuration, and comprehensive testing to validate system performance. A minimum of a 12-month warranty for all installed components is mandated. The document specifies a detailed scope of work, including a timeline for deliverables and processes for testing and acceptance by the Library. A site visit is encouraged for prospective bidders, with an emphasis on written inquiries regarding the solicitation. These provisions reflect a commitment to achieving a fully functional audio network that meets organizational standards.
    The document outlines an estimated equipment list for the development and configuration of an Audio Over IP Network, under RFP #030ADV25R0xxx. It includes various Cisco products and components primarily located in multiple support rooms and the 1st floor. Key items feature several Cisco Catalyst switches, specifically the C9300 series, along with networking components such as SFP uplinks, GPS time synchronization equipment, and cabling accessories. The equipment is intended to enhance network capabilities and ensure reliable audio transmission. The document specifies both the quantity and location of each item, detailing requirements for professional services for network configuration assistance. Its focus aligns with federal and state/local RFP initiatives aimed at securing advanced networking capabilities for government operations, emphasizing the technical specifications and logistical organization essential for fulfilling the project effectively. Overall, it supports infrastructure development with a keen focus on modernizing communication networks while ensuring operational efficiency.
    The document outlines the equipment allocation and setup for various rooms within a facility, specifically detailing the configurations for different audio and sound recording systems such as Pyramix and Horus across rooms like rm3125, rm3133, and rm3138. It lists distinct endpoints and equipment types available in each room, including DAW (Digital Audio Workstation) setups and multitrack functionalities. The structure presents room assignments with corresponding equipment and capabilities, emphasizing a comprehensive listing of audio technology to accommodate diverse recording and production tasks. Notably, it indicates flexibility in equipment placement, with some equipment potentially being relocated as needed. This information serves as a critical resource for project planning and execution within the realm of audiovisual projects, potentially linked to government RFPs for sound and media services.
    The document pertains to Solicitation 030ADV25Q0131, focusing on Audio Over Internet Protocol (AoIP) Networking for the NAVCC Audio Laboratory. It includes a series of photographs showcasing various equipment and rooms integral to the laboratory's operations. The rooms specified are 3138, 3125, and 3133, with each room serving specific equipment and studio connections, identified by codes such as A1.3, A1.4, etc. Detailed images illustrate specific equipment components, including the HAPI (High-Availability Protocol Interface) and LAWO Servers, vital for the lab's audio networking capabilities. The document serves to provide potential contractors with a clear visualization of the existing setup and requirements for the project outlined in the RFP. This information supports bidders in understanding the project scope, facilitating accurate proposals regarding the installation, upgrade, or management of the laboratory's audio networking systems. Overall, the document is a crucial resource for preparing responses to the RFP, enhancing clarity regarding the technical specifications and framework of the NAVCC Audio Laboratory's operations.
    The document is a Q&A session regarding the Audio Over Internet Protocol Network project for the NAVCC Audio Laboratory, dated May 6, 2025. It addresses various technical aspects and logistics of the installation, including cable specifications, rack capacities, and equipment integration. Key points include confirmation of terminated cables, specifics about ethernet tie lines and rack dimensions (36 inches deep and 45RU), and details regarding equipment storage provisions. Additionally, it clarifies that the contractor must supply tools unless specific Library equipment is made available. Other inquiries cover the installation of Merging Technologies products, warranty details for existing systems, and the process for network performance testing. The document indicates that several GPS-related requirements are no longer applicable, simplifying the contractor's scope. Overall, it serves to clarify project specifications, ensuring that potential contractors understand the equipment, design constraints, and administrative logistics needed for successful project execution.
    This document serves as an amendment to a solicitation issued by the Library of Congress, designated as 030ADV25Q0131. The amendment chiefly revises Attachment J6 by introducing three additional questions that had been submitted by prospective bidders. Aside from these additions, the original solicitation terms remain unchanged. The deadline for bid submissions is reiterated, maintaining the due date of May 23, 2025, at 5:00 PM Eastern Time. The document underscores the responsibility of vendors to stay informed about any further amendments posted on SAM.gov. The amendment aims to clarify and facilitate the bidding process, ensuring that all bidders have access to the most current information to prepare their offers accurately. Overall, this amendment reflects standard practices in federal procurement processes to maintain transparency and encourage participation from vendors.
    The document pertains to a government Request for Proposal (RFP) regarding the installation and commissioning of an Audio Over Internet Protocol (AOIP) network for the National Audio Visual Command Center (NAVCC). The Q&A outlines technical details about existing infrastructure, including cable configurations, storage facilities, and equipment specifications. Key points include the presence of 24 tie lines, uniform equipment racks, and specific requirements for Merging Technologies codecs. The Library will provide a staging room and management computer, with contractors expected to supply their own ladders and other tools. The document clarifies that GPS installation requirements have been revised and emphasizes that any changes or additional equipment must align with existing systems. Additionally, it addresses questions about technical support and warranties for the LAWO control system. Overall, this RFP aims to ensure the successful deployment of AOIP infrastructure while maintaining the existing library standards and protocols.
    The document outlines the estimated equipment list for an Audio Over IP Network Development and Configuration in connection with RFP #030ADV25R0xxx. It details the required Cisco equipment, including various Catalyst 9300 model switches, which are essential for building the network infrastructure. The equipment is categorized by location, such as Support Rooms and the First Floor, and includes both the main devices and necessary accessories, such as stacking harnesses, GPS antennas, cables, and professional services for installation and configuration. The summary also notes the quantity of each item needed, emphasizing the extensive setup required to ensure efficient network integration. This document serves as a critical component of federal RFP processes, providing clarity on necessary technology for potential bidders to prepare competitive proposals. By outlining specific technical requirements, it aims to facilitate the development and commissioning of a robust audio network system.
    The document outlines a proposal related to the implementation of an Audio Over IP (AoIP) network and routing control system at the Library of Congress’ National Audio Visual Conservation Center. It details network modules, specifically the Catalyst 9300 series with PoE capabilities, and identifies various support rooms and connections necessary for the project's infrastructure. The proposal emphasizes the transition to a new AES67 media network while preserving existing connections in production networks. Technical specifications include fiber and Cat-6 cabling for connectivity, ensuring compatibility with advanced audio devices like the Merging Horus and HAPI codecs. The document is structured into distinct sheets covering core network architecture, studio connections, and detail on Precision Time Protocol (PTP) with GPS synchronization. Overall, this initiative aims to modernize the audio conservation facilities by upgrading the existing network to enhance operational efficacy and support cutting-edge audio control systems, reflecting the government's investment in technological advancements in cultural preservation.
    The "Past Performance Questionnaire" is a sensitive document related to the Library of Congress's RFP 030ADV25Q0131, which focuses on the provision of Audio Over IP Network System equipment, installation, configuration, and commissioning. The questionnaire aims to evaluate a contractor's past performance regarding various contract aspects, including overall satisfaction, quality, schedule adherence, cost management, personnel capability, contract management efficiency, and communication. It includes sections for contract identification, customer agency identification, evaluator details, performance evaluation, and narrative summaries of strengths and weaknesses. Evaluators must provide subjective ratings on a scale from 1 (poor) to 5 (excellent) for multiple performance criteria and also determine if they would choose to work with the contractor again. The questionnaire's purpose is to gather insights into the contractor's reliability and effectiveness, which will inform future procurement decisions within the context of federal and state/local contracting processes. The completed questionnaires are to be sent to designated contacts at the Library of Congress for consideration in the selection process.
    The document outlines a Brand Name Justification and Approval for a contract to the Library of Congress' National Audiovisual Conservation Center (NAVCC), specifically related to audio preservation services. It asserts that competition is not feasible because the Library requires specific Cisco network hardware necessary for integrating with an existing Lawo HOME system, which is essential for their audio preservation laboratory. The request for limited competition is based on the unique capabilities of the Cisco products and the urgency of ensuring system functionality, which would be jeopardized by using different brands. The Library deems that only Cisco switches can fulfill the stringent requirements of their Audio Over Internet Protocol (IP) network, thereby negating other potential suppliers. The document emphasizes compliance with federal regulations regarding contracting procedures and the need for a fair pricing determination for the proposed contract. This justification process highlights the careful consideration of procurement policies in government contexts, emphasizing both the need for specificity in technical requirements and the necessity of adhering to legal frameworks governing contracting practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FADGI Open Source Software Development and Maintenance for AudioVisual Content
    Library Of Congress
    The Library of Congress is soliciting proposals for a firm-fixed-price contract to provide development and maintenance for two open-source software tools, BWF MetaEdit and FFmpeg, as part of the Federal Agencies Digital Guideline Initiative (FADGI) Audio-Visual Working Group. The contract aims to enhance features, troubleshoot issues, and update documentation for these tools, which are critical for ensuring content authenticity, accessibility, and support for various audiovisual file formats. This opportunity is significant for federal agencies involved in digital media preservation and compliance with established guidelines. Interested contractors should note that the period of performance is from February 3, 2026, to February 2, 2028, and are encouraged to contact Veronica Price at vprice@loc.gov or 202-374-3046 for further details.
    Intent to Sole Source - Cube-Tec System Replacement
    Library Of Congress
    The Library of Congress is seeking to replace its existing Cube-Tec systems at the Culpeper facility, specifically the CubeWorkFlow, Dobbin, and Quadriga Systems, while also acquiring an additional Cube-Tec CD-Inspector appliance to enhance functionality for the NAVCC/Recorded Sound collection. This procurement is intended to be fulfilled through a sole source contract awarded to Cube-Tec, Inc., as they are the original equipment manufacturer and possess the necessary expertise to meet the Library's requirements. The services and equipment are critical for maintaining and preserving audio-visual materials, which are vital to the Library's mission. Interested vendors must submit a capability statement, not exceeding five double-spaced pages, detailing their qualifications by the specified deadline, with inquiries directed to Brian D. Curl at bcurl@loc.gov or James Robinson at jarobinson@loc.gov.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    IT Operational Support Services IDIQ
    Library Of Congress
    The Library of Congress is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for IT Operational Support Services, aimed at providing comprehensive support for the operation and maintenance of IT systems. This contract will encompass a wide range of IT services, including network support, database management, and cloud operations, with a focus on compliance with federal IT security standards and the Library’s Systems Development Life Cycle (SDLC). The contract has a minimum value of $10,000 per task order and a maximum aggregate value of $150,000,000 over a five-year period, from May 1, 2026, to April 30, 2031. Interested parties should review the attached solicitation for detailed requirements and submit their proposals by the specified deadlines, with inquiries directed to Tiffany Lucas at tluc@loc.gov or Stephanie Boone at sboone@loc.gov.
    48 OSS Audio Visual Tech Upgrade
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for an Audio Visual Tech Upgrade for the 48th Operations Support Squadron (OSS) at RAF Lakenheath, UK. The project aims to enhance the audio and visual capabilities in the OG Conference Room and SEC Auditorium, enabling secure video teleconferencing (VTC) for high-visibility events and international exercises, which are currently hampered by inadequate systems. Contractors will be responsible for providing all necessary management, equipment, and labor to engineer, furnish, install, and test a secure IP VTC system, with key deliverables including echo-free audio, hidden cabling, and user training. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to 2d Lt Logan Villanueva at logan.villanueva.3@us.af.mil or SrA Veronica Batista Velez at veronica.batistavelez@us.af.mil.
    Enterprise-Wide Managed Print Services
    Library Of Congress
    The Library of Congress is seeking proposals for an Enterprise-Wide Managed Print Services solution to support its Print Management Program. This procurement includes the lease and maintenance of production equipment, administrative copiers, and reading room solutions, with a focus on establishing a centralized, secure print management system and providing on-site help desk services. The contract will cover a base period of nine months, starting February 1, 2026, followed by four one-year option periods, and emphasizes efficiency, cost reduction, and enhanced user experience for Library staff and researchers. Interested parties can contact Carrie Fairbanks at cfairbanks@loc.gov or Julia Davis at juhan@loc.gov for further details.
    PEVI AV System
    Interior, Department Of The
    The National Park Service is seeking proposals from qualified small businesses for the installation of an audio/visual (AV) system at Perry’s Victory and International Peace Memorial (PEVI) in Ottawa County, Ohio. The project aims to modernize the visitor center auditorium's AV capabilities to enhance visitor experience and improve operational efficiency, including the integration of new presentation features and accessibility enhancements. This firm-fixed price contract is expected to be awarded around December 2025, with a performance period of 180 days, and proposals are due by December 19, 2025, at 12:00 PM ET. Interested parties should submit their proposals via email to Jordan Ellis at jordanellis@nps.gov, including a capability statement, technical plan, project schedule, itemized pricing, and acknowledgment of any solicitation amendments.
    Egg Conference Room Audio/Visual Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the upgrade of the Audio/Visual System in the Egg Conference Room at the Long Beach Veterans Affairs Healthcare System. The project aims to enhance the current AV system by replacing existing gooseneck microphones and adding wireless handheld, lapel, and catch-box microphones, all while ensuring integration with the existing Crestron-based system. This upgrade is crucial for improving user experience and audience interaction during meetings and events held in the facility. Proposals are due by December 29, 2025, at 5:00 PM PST, and interested parties should direct inquiries to Daniel Kneizeh at daniel.kneizeh@va.gov. A site visit is scheduled for December 15, 2025, with questions due by December 18, 2025.
    PICS2 Support
    Library Of Congress
    The Library of Congress is seeking to modify contract LCCIO21P0037 to enhance support for the National Library Service for the Blind and Print Disabled (NLS) Production Inventory and Control System (PICS2). This modification will include twelve months of dedicated solutions consulting services aimed at maintaining and supporting the Xytech MediaPulse application, as well as facilitating integration with the overall PICS2 system. The services are critical for ensuring the continued functionality and security of the MediaPulse licenses and related support services. Interested parties can contact Ke'Shae Perry at keperry@loc.gov for further details regarding this opportunity.
    Retail Shop A&E Quality Assurance - Library of Congress
    Library Of Congress
    The Library of Congress is seeking contractor support for Architecture, Engineering, and Quality Assurance services related to the preparation, fabrication, and installation of a new Retail Shop as part of its Visitor Experience Master Plan. The contractor will be responsible for issuing Architect’s Supplemental Instructions, conducting site visits for quality assurance, reviewing submittals and inspection reports, and facilitating quality assurance meetings, among other tasks. This project is critical for enhancing visitor engagement and experience within the Thomas Jefferson Building. Interested parties can contact Colleen Daly at cdaly@loc.gov or Michael F. Schuman at mschuman@loc.gov for further details, as the procurement is justified for a specific vendor, Bergmann Associates, due to their unique familiarity with the project.