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 for the National Library Service for the Blind and Print Disabled. The primary objective is to provide high-quality transcription of English and Spanish reading materials using automated braille translation software, ensuring compliance with established NLS specifications and quality assurance standards. This service is crucial for delivering accessible reading materials to individuals with visual and physical limitations, enhancing their ability to access literature and information. Proposals are due by January 6, 2026, at 12:00 PM EST, with a minimum contract value of $5,000 and a maximum of $5,000,000, and interested parties can direct inquiries to Lianne Carroll at lcarroll@loc.gov or Jennifer Zwahlen at jzwa@loc.gov.

    Point(s) of Contact
    Lianne Carroll
    lcarroll@loc.gov
    Jennifer Zwahlen
    jzwa@loc.gov
    Files
    Title
    Posted
    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.
    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.
    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
    Draft Request for Proposals Notice for the Books & Non-Print Materials and Related Support Competition
    Buyer not available
    The Library of Congress (LOC) is seeking feedback from contractors through a Draft Request for Proposals Notice for the procurement of Books and Non-Print Materials and Related Support under the Federal Library and Information Network (FEDLINK). The objective is to refine the requirements for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract that will provide various publication formats and associated support services to federal libraries and information centers over a five-year period, with a maximum contract value of $50 million. This procurement is crucial for centralizing the acquisition of materials, thereby enhancing the efficiency of federal library operations. Interested contractors are encouraged to submit their questions and comments by 5:00 PM Eastern Time on August 29, 2025, to the primary contact, Katherine Bowen, at katbowen@loc.gov.
    Enterprise-Wide Managed Print Services
    Buyer not available
    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.
    PICS2 Support
    Buyer not available
    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.
    Film Preservation Lab Equipment Maintenance - Library of Congress
    Buyer not available
    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 an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract that encompasses annual preventative maintenance, ad hoc repairs, emergency services, remote support, and spare parts for both historical and contemporary film equipment. This contract is crucial for ensuring the operational integrity of the Library's film preservation efforts, with a minimum obligation of $1,000 and a maximum of $150,000 over a base period of five years. Interested contractors must provide qualified technicians with at least five years of relevant experience and submit their responses by January 9, 2026, at 5:00 PM Eastern Time; questions regarding the solicitation are due by December 16, 2025.
    FADGI Open Source Software Development and Maintenance for AudioVisual Content
    Buyer not available
    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.
    Binding Services for Publications and Pecha Box Manufacturing – LOC New Delhi
    Buyer not available
    The U.S. Department of State, through the American Embassy in New Delhi, is seeking proposals for binding services for publications and the manufacture of Pecha boxes for the Library of Congress – New Delhi Office. This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity contract that includes a base year and four one-year options, focusing on the production of periodicals, monographs, and Pecha boxes, with an emphasis on quality and timely delivery. Interested vendors must submit their proposals electronically by 5:00 P.M. IST on January 6, 2026, and are required to register in the System for Award Management (SAM) prior to submission. For inquiries, vendors should use the provided Vendor Questions Template and direct their questions to Jaya Vedi at vedij@state.gov by December 13, 2025.
    R699--Reader Services
    Buyer not available
    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.
    Intent to Sole Source: LegisPro BillCompare Licenses from Xcential Corporation
    Buyer not available
    The Library of Congress intends to award a sole source contract to Xcential Corporation for LegisPro BillCompare licenses, as outlined in their notice of justification. This procurement aims to secure specialized software as a service that is critical for legislative comparison and analysis, which supports the Library's operational needs. The contract is expected to enhance the Library's capabilities in managing legislative documents effectively. Interested parties may submit a capability statement or proposal to the designated contacts, Quinn Cartheuser and Michael Schuman, by May 19, 2023, at 5 PM ET for consideration in the acquisition strategy.
    FY26-30 A45 Transcription Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This Request for Quote (RFQ) requires a contractor to transcribe both digital and physical audio/video files, including Spanish-to-English translation, with options for expedited delivery within 10 and 3 days. The contract emphasizes the secure handling of sensitive information and compliance with various DOJ security and privacy regulations, necessitating background investigations for personnel and strict data security protocols. Interested small businesses must submit their completed quotes to Renee Leaman via email by December 10, 2025, at 12:00 PM EST, with the contract overseen by the Contracting Officer Representative, Demetria Leslie.
    Notification of Library of Congress Agile IDIQ Contract Ceiling Price Increase
    Buyer not available
    The Library of Congress is notifying interested parties about a modification to the Agile Indefinite Delivery Indefinite Quantity (IDIQ) contract, which has resulted in an increase to the shared ceiling price on a sole-source basis. This adjustment is in accordance with FAR regulations and pertains to IT and telecom business application/application development support services, which are critical for the Library's operational efficiency. The modifications are documented in a redacted class justification and approval document, which provides further details on the decision. For inquiries, interested parties can contact Quinn Cartheuser at qcart@loc.gov or by phone at 202-707-2339, or reach out to Veronica Price at vprice@loc.gov or 202-707-9335.