Library of Congress - Braille Transcription IDIQ
ID: 030ADV25R0052Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Document Preparation Services (561410)

PSC

SUPPORT- ADMINISTRATIVE: TRANSCRIPTION (R603)
Timeline
    Description

    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.

    Point(s) of Contact
    Lianne Carroll
    lcarroll@loc.gov
    Jennifer Zwahlen
    jzwa@loc.gov
    Files
    Title
    Posted
    This document, Amendment 0001 to Solicitation 030ADV25R0052, issued by the Library of Congress Contracts and Grants Directorate, outlines modifications to an RFP for braille transcription and duplication services. Key changes include providing Attachment J7 (Responses to Offerors Questions dated 12/10/2025), updating Attachment J5 with a corrected second ordering period date, and adding proposal page format instructions to Section L. Offerors must acknowledge the amendment and submit proposals by the specified deadline. The solicitation requires a three-volume proposal: Technical, Past Performance, and Price. Technical proposals are limited to 25 pages and must detail technical approach, quality control, corporate capability, management, staffing, and production capacity. Past Performance requires three questionnaires submitted directly by customer references. Price proposals, submitted separately, must include Attachment J6 and a signed SF1449 and SF30. Non-profit organizations are eligible for a 10% price preference if they meet specific criteria for performing a substantial portion of the work.
    The Library of Congress's National Library Service for the Blind and Physically Handicapped (NLS/BPH) released Specification 800:2014 for producing braille books and pamphlets. This document outlines comprehensive requirements for transcribing, pressing, embossing, and binding these materials, ensuring consistency and quality. It details braille specifications, including dot height, diameter, and cell spacing, along with paper weight, page dimensions, margins, and line counts. The specification covers title page content, copyright notices, transcriber-generated pages, table of contents, and inclusions/omissions. It also addresses cover and spine information, binding methods, and specific guidelines for children's books. Electronic file submission, quality assurance, recall procedures, and labeling/packaging standards are also defined. The goal is to provide high-quality braille materials for visually impaired and physically handicapped readers through a network of regional libraries and direct downloads.
    The NLS Specification 806:2019 outlines the requirements for packaging electronic braille files for the National Library Service for the Blind and Print Disabled (NLS). This specification details the structure of electronic braille publications, which must be packaged as zip files containing a Braille Open Package File (BOPF), one or more Braille Ready Files (BRF), and an MD5 checksum file. Key aspects include specific naming conventions for books and magazines, strict BOPF validity and metadata requirements (covering Dublin Core and extended metadata elements), and detailed content for the BOPF manifest and spine. The document also specifies the creation of a checksum file to ensure data integrity using the MD5 algorithm. Furthermore, it outlines comprehensive quality assurance procedures, emphasizing the contractor's responsibility for inspections, compliance, and a two-year warranty period for all submitted publications, with NLS retaining the right to perform its own inspections and testing.
    Specification 1207:2020 outlines the requirements for contractors to deliver electronic braille files (BRF) and Braille Ready Files Package Files (BOPF) to the National Library Service for the Blind and Print Disabled (NLS) via the Internet. This document details the process for obtaining server access, including required contractor information and IP addresses, and emphasizes the need for regular password changes and timely notification of any data alterations. It specifies the upload locations and directory naming conventions for both braille books and magazines, mandating the use of Secure Copy (SCP) or Secure File Transfer Protocol (SFTP). Each upload must include a ZIP file containing all BRF files, a BOPF file, and an XML file with an MD5 checksum for data integrity validation. The specification also provides precise naming conventions for these files and requires contractors to notify NLS/BPH of each uploaded book or magazine via the Producer Data Exchange (PDE) web application.
    This document defines key terms related to Braille transcription and duplication, likely for government contracts or grants such as those issued by the National Library Service for the Blind and Print Disabled (NLS). Key terms include "Free Matter for the Blind," a U.S. Postal Service provision for postage-free mailing of accessible-format reading material. "Source Material" refers to NLS-provided content in various formats. The "Production Authorization Record (PAR)" provides detailed book-specific instructions, while the "Producer Data Exchange (PDE)" is an NLS website for information exchange on book projects. "Acceptance" signifies NLS approval of the "Complete Submission Package," which includes electronic Braille files and source material. Other definitions include "Braille page" and "Advanced formatting," which describes source material with complex elements like charts and non-linear text. This glossary ensures clarity and standardized language for all parties involved in Braille production processes.
    This document, Attachment J5 Instructions, outlines the pricing and capacity requirements for Braille transcription services as part of a government Request for Proposal (RFP). Offerors must provide monthly capacity in the Capacity tab and unit prices in the Pricing tab for Braille Transcription—English and Braille Transcription—Spanish for two ordering periods: March 17, 2026, to March 16, 2027, and March 17, 2027, to March 16, 2028. Failure to propose unit prices for Standard/Priority titles for each ordering period will render the proposal non-responsive. The document details estimated quantities, average Braille pages per book, and unit of measure (price per Braille page) for both English and Spanish transcription services. The Capacity tab requires monthly and yearly capacity for English and Spanish Braille transcription, measured in the number of pages transcribed and the number of books produced.
    The document, "Attachment J5 Instructions," outlines the pricing and capacity requirements for Braille transcription services for a government RFP. Offerors must provide monthly capacity in the Capacity tab and unit prices in the Pricing tab for Standard/Priority Braille Transcription of English and Spanish, for two ordering periods (03/17/2026 - 03/16/2027 for both). Partial pricing will render proposals non-responsive. The document details estimated quantities per title and unit of measure (price per Braille page) for both English and Spanish transcriptions. It also requires the submission of monthly and yearly capacity for Braille Transcription, broken down by English and Spanish, and total book production.
    The Library of Congress (LOC) requires a Past Performance Questionnaire (PPQ) for contractors bidding on Braille Transcription Services. This questionnaire, Attachment J6 -- 030ADV26R0052, gathers feedback on a contractor's past performance to assess their suitability. The PPQ asks for general company information, including contract details, and then evaluates performance across ten areas using a five-point rating scale: Outstanding, Good, Satisfactory, Marginal, and Unsatisfactory, plus a Not Applicable option. Contractors are assessed on overall management, product/service quality, project management effectiveness, timeliness, report submission, subcontracted efforts, personnel competency, communication, and cost performance. Narrative explanations are required for Marginal, Unsatisfactory, or N/A ratings. Completed questionnaires are due by January 6, 2026, at noon Eastern time, to lcarroll@loc.gov and jzwa@loc.gov. This evaluation is critical for the proposal assessment process, emphasizing the importance of past performance in this acquisition.
    The document addresses questions regarding the Braille Transcription Pilot Program (030ADV25R0052), a full and open competition. Key clarifications include payment based on completed transcribed braille pages, omission of graphics, and the use of Braille Translation Software (e.g., Duxbury). The National Library Service (NLS) will conduct quality assurance (QAS), with contractors performing spot checks. The pilot aims to establish a workflow and QAS standards for "Express Braille," focusing on simple, English-only books without complex formatting or specialized content like STEM. French and Spanish are possibilities, but extensive foreign language or complex materials may be procured separately. Contractors are responsible for transcription errors, not source material defects. NLS does not anticipate full QAS prior to submission to ensure the braille is truly “express.” Project managers must have braille production experience. NLS will provide corrected files for inaccessible source materials and a sandbox environment post-award. Pricing is fixed per transcribed page, and NLS cannot guarantee title volume. Background investigations apply only to personnel accessing NLS systems.
    This government solicitation (030ADV25R0052) from the Library of Congress seeks proposals for Express Braille Transcription services for the National Library Service for the Blind and Print Disabled. The project, titled "Express Braille Production Pilot," involves transcribing English and Spanish reading materials using automated braille translation software. The contract is an Indefinite Delivery Indefinite Quantity (IDIQ) with a base period from March 17, 2026, to March 16, 2028, and a minimum value of $5,000.00 and a maximum of $5,000,000.00. Key requirements include compliance with NLS Specifications 800, 806, and 1207, quality assurance by UEB-certified transcribers, and adherence to strict production time standards. Contractor personnel must pass federal background checks and complete IT security training. The Library of Congress retains ownership of all produced materials and source materials. Invoices will be submitted electronically upon successful delivery of task orders.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Process Application Development IDIQ
    Library Of Congress
    The Library of Congress is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Business Management Platform Services, aimed at licensing, maintaining, and supporting a cloud-based business management platform that integrates approximately 38 existing applications. The selected contractor will be responsible for providing a system compatible with the Library's Enterprise Architecture and IT security directives, with a focus on minimizing downtime during the transition from the current Solutions Business Manager Software (SBM) provided by OpenText. This procurement is critical for enhancing the Library's operational efficiency and service delivery, with a total funding ceiling of $20 million over a five-year period, and proposals are due by January 22, 2026. Interested contractors should direct inquiries to Stefanie Fitte at sfitte@loc.gov or Cristina Vega at crvega@loc.gov.
    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.
    Enterprise-Wide Managed Print Services
    Library Of Congress
    The Library of Congress is seeking contractor support for its Enterprise-Wide Managed Print Services program, aimed at enhancing its Print Management capabilities. The procurement includes leasing and maintaining production equipment, administrative copiers, and reading room solutions, with a focus on implementing a centralized, secure, and cost-effective print management system. This initiative is critical for improving efficiency and cost recovery across various Library departments, including the Congressional Research Service. Interested vendors should note that questions regarding the solicitation are due by December 18, 2025, and can contact Carrie Fairbanks at cfairbanks@loc.gov or Julia Davis at juhan@loc.gov for further information.
    RFQ: Currency Reader Information Management System (CRIMS) Support, Enhancements, and Upgrades
    Library Of Congress
    The Library of Congress is seeking contractor support for the Currency Reader Information Management System (CRIMS) to enhance, maintain, and upgrade its capabilities. The primary objectives include transitioning from paper-based workflows to a secure, web-based electronic system, improving patron engagement, and strengthening system security within a Microsoft Azure environment. This initiative is crucial for supporting the US Currency Reader Distribution Program for visually impaired individuals, ensuring efficient application processing and compliance with government IT security policies. Interested parties should submit their quotes by December 26, 2025, and can contact Quinn C. Cartheuser at qcart@loc.gov or (202) 707-2339 for further information.
    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.
    R699--Reader Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Reader Services to support employees with visual impairments at the Cleveland Regional Office. The objective of this procurement is to ensure reasonable accommodation for a Department employee by offering remote reading and interpretation of various documents, including electronic records and medical information. This service is crucial for maintaining accessibility and support for veterans, emphasizing the VA's commitment to inclusivity. The contract, valued at approximately $22.5 million over a base period and four optional years, is set aside for Service-Disabled Veteran-Owned Small Businesses, with quotes due by August 7, 2025. Interested parties can contact Contracting Officer Thomas Landers at thomas.landers@va.gov or by phone at 802-698-2746 for further details.
    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.
    Film Preservation Lab Equipment Maintenance - Library of Congress
    Library Of Congress
    The Library of Congress is seeking contractor support for the maintenance and repair of film preservation equipment at the National Audiovisual Conservation Center (NAVCC) in Culpeper, Virginia. The procurement involves providing periodic preventative maintenance, ad hoc repairs, remote support, and spare parts for both historical and contemporary film equipment, under an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract structure. This contract is crucial for preserving audiovisual heritage, ensuring that the equipment remains operational and effective for ongoing conservation efforts. Interested contractors must submit their proposals by January 16, 2026, at 5:00 PM EST, and can direct inquiries to Colleen Daly at cdaly@loc.gov or James Robinson at jarobinson@loc.gov.