Oversized 180-degree Book Imaging System
ID: 030ADV25Q0214Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Libraries and Archives (519210)

PSC

MISCELLANEOUS ITEMS (9999)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Library of Congress is seeking proposals for the procurement of an oversized 180-degree book imaging system to enhance its digitization efforts for large collection materials. The contract requires the provision of a specialized book cradle system that meets specific dimensions and functionalities, including electronic operation and compatibility with existing columns, to support the digitization of various materials such as books, manuscripts, and photographs. This initiative is part of the Library's broader digital strategy, which aims to produce millions of digital images annually for diverse stakeholders, including researchers and the public. Interested vendors must submit their proposals by September 29, 2025, and direct any inquiries to Jacqueline Miller at jacmiller@loc.gov or James Robinson at jarobinson@loc.gov.

    Point(s) of Contact
    Jacqueline Miller
    jacmiller@loc.gov
    James Robinson
    jarobinson@loc.gov
    Files
    Title
    Posted
    This document is an amendment to solicitation 030ADV25Q0214, issued by the Library of Congress, Contracts and Grants Directorate, with an effective date of September 11, 2025. This amendment, identified as 0001, serves to answer questions submitted by potential offerors regarding the original solicitation. The document explicitly states that the hour and date for receipt of offers are not extended. Offerors must acknowledge receipt of this amendment by completing specific items, acknowledging it on their offer, or sending a separate communication, with failure to do so potentially resulting in the rejection of their offer. This ensures all potential bidders receive crucial information before the closing date.
    The Library of Congress is seeking a specialized book cradle system for digitizing large and oversized books. This firm-fixed-price contract requires the contractor to provide one book cradle meeting specific dimensions (24x32 inches when open) and functionality, including electronic operation, height adjustment, and compatibility with existing columns. The contract includes a four-year warranty covering all components, on-site setup, installation by a factory-authorized technician, and staff training. The contractor is responsible for delivery, shipping, insurance, installation, training, and a four-year extended warranty. Deliverables are due within 60 days of the performance start date, with setup and training to follow within five business days of delivery. Payment is contingent upon acceptance of the book cradle, warranty, setup, installation, and training. The contractor must adhere to Library of Congress security protocols, conduct guidelines, and information security requirements, including protecting Controlled Unclassified Information (CUI). All Information and Communication Technology (ICT) must comply with ADA accessibility standards. Invoices must be submitted electronically via https://www.ipp.gov.
    The Past Performance Questionnaire (Solicitation #: 030ADV25Q0214) is a critical tool for evaluating contractor performance in government solicitations. It is structured into five sections: Contract Identification, Evaluator Identification, Evaluation, Narrative Summary, and Signatures. The questionnaire gathers specific details about the contract, including its type, value, and services provided, as well as evaluator contact information. The core of the document is the 'Evaluation' section, where evaluators rate contractor performance across various criteria such as quality of product/service, timeliness, contract management, and ability to handle issues. Ratings are categorized as Excellent, Satisfactory, Poor, or N/A. The 'Narrative Summary' allows for qualitative feedback on strengths, weaknesses, and future hire recommendations. This form is essential for assessing a contractor's past performance to inform future federal, state, and local procurement decisions.
    This document outlines the evaluation criteria for a book cradle attachment, detailing various attributes essential for federal, state, and local government RFPs and grants. Key criteria include working height, physical weight, noise levels (standby and operational), power consumption, and maximum book specifications (weight, thickness, and open size). The document also specifies the physical footprint, maximum heat output, electrical connection requirements (voltage, amps, Hertz, and receptacle configuration), and both maximum hourly and lifetime volume (number of 2-page spreads). These comprehensive criteria enable a thorough assessment of book cradle attachments for procurement purposes.
    Attachment J3 outlines key questions for vendors responding to Solicitation 030ADV25Q0214, specifically concerning book cradles. The inquiry focuses on the book cradle's maximum book size when opened, its current usage in federal agencies and cultural heritage institutions, and the vendor's willingness and method for providing an onsite demonstration at The Library of Congress. Furthermore, the document seeks detailed information regarding the frequency and type of maintenance (routine user-performed vs. vendor-performed), and the repair history of the proposed book cradle, including component breakage, repair frequency over the last five years in federal government entities, and repair duration.
    This document addresses questions regarding Solicitation 030ADV25Q0214, outlining key requirements for vendors. Vendors are responsible for obtaining and submitting a minimum of three completed past performance questionnaires directly from prior clients to the Contracting Officer before the solicitation closes. Questionnaires submitted by the offeror will not be accepted. Offerors must also complete the Attachment J2 - Evaluation Criteria for Book Cradle Attachment for each proposed device as part of their technical proposal. The solicitation specifies compatibility with Digital Transitions “Auto-Column” or Cambo RPS columns, with a column height of approximately 97 inches and a ceiling height of around 111 inches. Regarding warranty, proposals must include a description of the product's warranty coverage, including all specified components. These answers clarify essential submission and technical criteria for potential offerors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...