SI for Machine Router Control
ID: 2025-LGR-0130Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

MISCELLANEOUS SPECIAL INDUSTRY MACHINERY (3695)
Timeline
    Description

    The Library of Congress is seeking proposals for system integration services related to the Router Systems Integration (SI) Machine at the National Audio-Visual Conservation Center (NAVCC). The procurement aims to enhance the operational capabilities of the NAVCC by integrating a high-performance video routing system, which includes the installation and configuration of the Grass Valley N-Vision 9000 series video routing system, along with necessary hardware and technical documentation. This project is critical for maintaining the integrity and accessibility of the Library's extensive audiovisual collections, ensuring efficient signal routing and digital conversion processes. Interested contractors must submit their proposals electronically by May 2, 2025, to the primary contact, James Robinson, at jarobinson@loc.gov, or the secondary contact, Brenda Kinlay, at bkinlay@loc.gov.

    Point(s) of Contact
    James Robinson
    jarobinson@loc.gov
    Brenda Kinlay
    bkinlay@loc.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for a system integration project at the National Audio-Visual Conservation Center (NAVCC) of the Library of Congress. The primary objective is to procure hardware and services necessary for the integration and commissioning of a video routing system. The contract includes a base period from June 30, 2025, to June 29, 2026, with options for two additional years. Key components include the installation of high-performance video routers, machine control systems, and associated hardware, alongside a one-year warranty. Stakeholders are required to conduct site surveys and develop a comprehensive Project Management Plan (PMP), ensuring alignment with the Library's standards. Deliverable expectations are clearly outlined, including weekly status reports, testing documentation, and user training sessions. The contract emphasizes compliance with federal regulations, including warranty and support for installed systems and the importance of technical direction from the Contracting Officer's Representative (COR). The scope reflects government procurement practices aimed at enhancing audiovisual preservation capabilities, ensuring seamless technology integration while maintaining rigorous standards.
    The document outlines an amendment to a federal solicitation for system integration services related to the Router Systems Integration (SI) Machine at the National Audio-Visual Conservation Center (NAVCC), Library of Congress. It primarily updates the Statement of Work, encouraging contractors to include the installation and configuration of a Machine Control Router as part of their proposals. Key changes include adding optional items for installation and warranty coverage, altering submission instructions, and extending the proposal deadline to May 2, 2025. The project requires contractors to provide integration services, technical documentation, and hardware installation while ensuring compliance with project management standards. Deliverables include a comprehensive Project Management Plan, testing, user training, and documentation detailing the installed systems. Evaluations will focus on technical approaches, past performance, and pricing, with particular emphasis placed on proposals that include the encouraged elective work. The outcome aims for a best-value trade-off in selecting a contractor capable of fulfilling the outlined requirements effectively, ensuring optimal performance and integration within the NAVCC's audiovisual framework.
    The NAVCC Documentation Package Standards, established by the National Audio Visual Conservation Center (NAVCC), serve as a comprehensive guide for documenting systems and technologies essential for maintaining and enhancing NAVCC’s infrastructure. The document outlines requirements for various drawing types, including functional, physical, architectural, conceptual, and system documentation, ensuring consistency and clarity in design and maintenance processes. Key sections detail drawing management, drawing standards (such as title block formatting and notes inclusion), and a systematic approach to drawing statuses—ranging from draft to as-built. The standards emphasize the use of specific nomenclature, cable management protocols, and submission procedures for both printed and digital formats. Contractors and NAVCC personnel are encouraged to adhere strictly to these guidelines while offering feedback for continual improvement. This documentation is integral to all NAVCC-related projects and serves to ensure collaborative alignment and adherence to industry standards, fostering quality in project deliverables. The standards also outline the process for assigning drawing numbers and managing equipment lists, reinforcing the importance of organization and accuracy in project documentation within the context of government contracts and federal grants.
    The document outlines the equipment inventory and specifications pertaining to Video Tape Recorders (VTRs) and their respective setups within various rooms of the Library of Congress. It specifies the types of interfaces in use, including SDI (Serial Digital Interface) and NTSC (National Television System Committee), and identifies the typical quantity of each type of VTR available in designated rooms (R1, V1, V2, and V3). Furthermore, it details robotic encoders and their configurations, emphasizing the installation and control of the NVISION systems, which facilitate high-definition and standard-definition recording and playback. This setup aligns with federal requirements for media management and preservation, serving as a component of governmental efforts to maintain accessible and high-quality audiovisual resources. The document points to future expansions or enhancements in encoding technology reflected in outlined future equipment identifiers. Overall, it illustrates a structured approach to cataloging media equipment vital for archival and operational functions within a federal agency.
    The document outlines a required configuration for a machine control system at the Library of Congress, designated for upgrading components within specific rooms. It details the integration of GFE (Government-Furnished Equipment) components, specifically the NVISION 9000 main and backup controllers, encoders, and VTR systems, connecting through RS422 and USB to RS422 converters. Key tasks include adding an EC9426 EIA-485 8 port card to the NV9000 controllers and prewiring additional ports. The documentation emphasizes meticulous wiring from various components and equipment, indicating that it serves a technical purpose in enhancing machine control efficiency. This project ultimately reflects the operational requirements for robust data transmission and machine functionality within a government archive setting, ensuring compliance with technical standards essential for effective equipment operation.
    The document outlines the equipment list for the Router Machine Control Project, specifying both government-furnished equipment (GFE) and new hardware requirements. The GFE includes two Nvision NV9000 controllers and two Nvision 3128 machine control routers. The new hardware comprises various components such as 36 units of analog to digital converters, 16 USB to RS422 converters, and a video monitoring setup that includes a Kaleido MX multiviewer. Additionally, the project calls for specific installation materials, including EIA-485 cards for controller connections. Overall, this equipment list serves as a detailed inventory to support the successful execution and installation of the router machine control system, aiming for enhanced functionality and connectivity within the project’s framework. The context demonstrates the project’s compliance with federal standards for contracting and funding through RFPs and grants.
    The document outlines a Request for Proposal (RFP) for a Router Control System focusing on the delivery of hardware and services necessary for the installation and integration of the NAVCC Router Machine Control. Key components include various hardware deliverables, specifically analog to digital conversion systems, along with systems integration services. The proposal also details warranty coverage options across three time periods: the base year and two subsequent option years. The total pricing for services and deliverables is indicated but left blank. This RFP aims to enhance operational capabilities through robust technical solutions, highlighting the government's investment in efficient control systems as part of broader modernization efforts. The structured presentation of line items reflects a comprehensive approach to sourcing necessary technology and support services while ensuring quality through warranty provisions.
    The "Past Performance Questionnaire" is part of the RFP 030ADV25R0025 for System Integration (SI) for Machine Router Control. It aims to evaluate the contractor's previous work performance. Key sections include identification of the contractor and contract details, customer agency information, evaluator identification, and an evaluation matrix. Evaluators must rate contractor performance across various categories such as overall satisfaction, quality, schedule adherence, cost management, personnel quality, contract management, and communication. A narrative section allows evaluators to note strengths and weaknesses, address warranty performance, and indicate future hiring intentions. The document emphasizes objective assessments for selecting capable contractors, as part of federal procurement processes, ensuring standards are met and fostering transparency in government contracts.
    The document outlines a Justification and Approval for a brand-name procurement by the Library of Congress, specifically for the Grass Valley Group's (GVG) products. The Library requires these brand-name items, particularly the Kaleido MX 64 multiviewer, to ensure seamless integration with its existing Grass Valley NVision 8576 video routing system. The justification for limiting competition is based on the need for specialized capabilities, as no other products will adequately satisfy the Library's requirements without incurring substantial additional costs. Key reasons for this procurement include the need for operational continuity and the potential complications of introducing alternate brands, which could disrupt service and generate higher operational costs. The proposal complies with federal laws allowing exceptions to open competition, and the Library will post justifications on public platforms while ensuring adequate competition among authorized resellers. The contracting officer endorses the action as the best value to the government, emphasizing the reliability and functionality of the GVG products in their established infrastructure.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    Library of Congress - Braille Transcription IDIQ
    Library Of Congress
    The Library of Congress is seeking proposals for Braille Transcription services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at supporting the National Library Service for the Blind and Print Disabled. The contractor will be responsible for transcribing English and Spanish reading materials into braille, utilizing automated translation software, with a focus on producing high-quality, accessible content for individuals unable to read standard print due to visual or physical limitations. This initiative is crucial for enhancing the availability of reading materials for over 170,000 titles currently offered by the National Library Service, which adds thousands of new titles annually. Proposals are due by January 6, 2026, at 12:00 PM EST, and interested parties can direct inquiries to Lianne Carroll at lcarroll@loc.gov or Jennifer Zwahlen at jzwa@loc.gov. The contract has a minimum value of $5,000 and a maximum of $5,000,000, with a performance period spanning from March 17, 2026, to March 16, 2028.
    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.
    Library of Congress Food Service Operations
    Library Of Congress
    The Library of Congress is seeking proposals for comprehensive food service operations at its Capitol Hill buildings in Washington, DC, through an unrestricted contract. The contractor will be responsible for managing various food service facilities, including cafes and cafeterias, catering to approximately 1.9 million annual visitors and 3,300 staff members, while adhering to strict operational and sustainability standards. This procurement is significant as it operates under the Randolph-Sheppard Act, prioritizing blind vendors for cafeteria operations, and requires the contractor to maintain a profit and loss structure with a 1.5% commission reserve for the Library's food services. Interested vendors should contact David Leonard at dleonard@loc.gov, with the contract period spanning from March 31, 2026, to March 30, 2041, including a base period and four option periods.
    Braille Music Transcription and Proofreading
    Library Of Congress
    The Library of Congress is seeking proposals for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Braille Music Transcription and Proofreading services. The contract aims to procure services for transcribing printed and electronic sheet music into braille and proofreading existing digital braille music files against hardcopy originals, ensuring compliance with established braille standards. This initiative is crucial for providing accessible music materials to individuals who are blind or visually impaired, thereby enhancing their access to educational and cultural resources. Proposals are due by January 7, 2026, with a maximum contract value of $250,000 and a minimum guarantee of $1,000 for each awardee. Interested vendors can contact James Robinson at jarobinson@loc.gov or Brenda Kinlay at bkinlay@loc.gov for further information.
    Exhibition Design Services
    Library Of Congress
    The Library of Congress is seeking an experienced exhibit design firm to provide creative design services for the upcoming exhibition titled "Inside the Creative Process" at the newly opened Treasures Gallery in Washington, D.C. The selected contractor will be responsible for developing design concepts, layouts, and promotional materials for the exhibition, which will feature approximately 120 high-value original objects, adhering to museum-quality, conservation, and security standards. This opportunity is critical for showcasing the Library's treasures and ensuring an engaging visitor experience, with the exhibition scheduled to open in October 2027 and the contract period extending from February 2026 to January 2028. Interested firms should contact Olexiy Levchuk at olevchuk@loc.gov or Moji Adejuwon at moad@loc.gov for further details, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 5, 2026.