Braille Mailing Containers - Purchase of Standard and Long Mailers
ID: 2025-NLS-0098Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Supplies Merchant Wholesalers (423840)

PSC

SPECIALIZED SHIPPING AND STORAGE CONTAINERS (8145)
Timeline
    Description

    The Library of Congress is seeking contractors to provide Braille mailing containers, specifically standard and long mailers, under a public solicitation. The procurement aims to enhance accessibility for visually impaired individuals by supplying reusable containers that meet specific technical and quality standards. This initiative underscores the government's commitment to supporting individuals with disabilities through effective distribution of Braille literature. Interested contractors can reach out to James Robinson at jarobinson@loc.gov for further details, with the solicitation process governed by FAR Part 13.5 and an emphasis on past performance evaluations.

    Point(s) of Contact
    James Robinson
    jarobinson@loc.gov
    Files
    Title
    Posted
    The document outlines a solicitation by the Library of Congress for the supply of reusable Braille mailing containers for the National Library Service (NLS). It includes essential details such as contract type, delivery specifications, and performance requirements. The contractor will provide two types of containers, adhering to specific dimensions and pre-printed text provided by NLS. A thorough quality assurance plan, including pre-production samples and testing at various stages, is mandated to ensure compliance with specified standards. The procurement involves a firm-fixed-price agreement, with a total expected quantity of 2,500 containers split among different delivery locations, including NLS HQ and multi-state centers. All produced items will be the property of the Library of Congress. Notably, the contractor is required to meet stringent inspection and acceptance criteria, submit detailed reports, and communicate effectively, including conducting kickoff and status meetings with NLS representatives. The document serves as a framework for preserving accessibility through Braille literature distribution, underscoring the government's commitment to supporting visually impaired individuals. The emphasis on contractor accountability and adherence to federal regulations reflects the structured nature of government RFPs and their focus on transparency and quality in federal procurement processes.
    The document outlines a request for proposals (RFP) for Braille Mailing Containers, detailing specific dimensions for standard and long versions. The required dimensions are 12 inches wide by 13 inches long by 4 inches high for regular containers, and 12 inches wide by 19 inches long by 4 inches high for the long containers. It specifies that the per-unit pricing must be inclusive of all overhead costs, with the exception of schematics development. The proposal includes an estimated quantity of 2,100 regular containers, 470 long containers, and one unspecified item, with placeholders for unit prices and total amounts. The document serves as a solicitation for suppliers to provide competitive bids for these specialized mailing containers, aimed at meeting accessibility standards and fulfilling government requirements. The structure is straightforward, focusing on item specifications and pricing expectations, underlining the government's commitment to inclusivity.
    The document pertains to the procurement of braille mailing containers under an RFP titled 030ADV25R0030. It details a standalone contract—not a multi-year agreement—set for a single-year delivery of a large order. Key clarifications include a warranty repair policy requiring completion within 60 days, the necessity of including specified screen-printed information on pre-award samples, and the confirmation of 10 total samples submitted before an award, divided into standard and longer dimensions. Further, it outlines the payment consideration for schematic drawings required for NLS approval and specifies estimated lot quantity distributions among three Library of Congress locations. The production and delivery timeline mandates adherence within a 12-month performance period, ensuring all items are delivered upon approval of samples. Lastly, it addresses the financial aspects of pre-production samples, clarifying they can be factored into unit pricing rather than being reimbursed separately. Overall, the document serves to provide clarity and structure for potential contractors regarding expectations and requirements for the contract bidding process.
    The document outlines an amendment to a solicitation from the Library of Congress for reusable braille mailing containers. The purpose is to amend specific sections based on questions raised by offerors and to clarify the requirements for producing and supplying these containers to aid the visually impaired. The project includes specifications for two types of braille mailing containers, technical requirements, production samples, quality assurance protocols, and a warranty period. The contractor must provide detailed documentation and samples for approval before commencing full production. The amendment provides guidance on the solicitation process, including offer submission instructions, past performance requirements, and the contents needed in proposals. All items developed under this contract will be property of the Library of Congress. The successful contractor is expected to adhere strictly to the guidelines set forth in the amendment to ensure compliance and quality in the production of braille containers. This project demonstrates a commitment to accessibility and support for individuals with disabilities, highlighting the importance of governmental contracts in fulfilling social responsibilities.
    The document outlines the specifications for Braille Volume Mailing Containers, as mandated by the Library of Congress, National Library Services for the Blind and Print Disabled. It details requirements for dimensions, materials, protection, markings, handles, closures, and address card holders to ensure safe and effective mailing of Braille volumes. Internal dimensions must accommodate Braille volumes of specified sizes, while external dimensions need to facilitate easy handling and storage. The container must be made of durable, non-hazardous materials, and have an ingress protection rating of IP51. It should protect the contents from physical damage and environmental conditions, maintaining structural integrity through various tests. Markings for identification must be clearly legible and withstand wear. The design includes a functional handle and a secure closure mechanism to prevent accidental openings during transit. The specifications aim to standardize the construction of these containers to ensure the safe delivery of materials to visually impaired users, thereby supporting accessibility and service objectives within governmental programs.
    The document is a Past Performance Questionnaire for contractors involved in federal contracts, specifically for the Braille Mailing Containers project (RFP 030ADV25R0030). Its primary purpose is to evaluate contractor performance based on specific criteria, including overall satisfaction, quality, schedule adherence, cost management, personnel quality, contract management, and communication effectiveness. The questionnaire is structured into five sections: contract identification, customer agency details, evaluator identification, evaluation criteria with rating scales, and a narrative summary of contractor strengths and weaknesses. Evaluators are asked to rate their satisfaction and provide insights on the contractor's performance while also indicating whether they would rehire the contractor for future projects. This document facilitates insight into contractor reliability and performance for government contracts, aiding in selection processes and ensuring accountability in federal procurement operations.
    The solicitation numbered 030ADV25R0 pertains to the procurement of Braille Mailing Containers by federal or state entities. Two specific sizes are requested: Regular (12"W x 13"L x 4"H) and Long (12"W x 19"L x 4"H). Bidders must submit per-unit pricing that covers all associated costs. The anticipated quantities include 2,100 units of the regular size and 470 units of the long size, with the total estimated prices being left blank for bidders to fill in. This request aims to enhance accessibility for visually impaired individuals by ensuring that mailing materials are equipped in a user-friendly format. Overall, the document focuses on the formal request for proposals (RFPs) associated with government procurement processes.
    Lifecycle
    Title
    Type
    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.
    8105--760-26-1-060-0080 -Leavenworth CMOP SHAWNEE MAILERS (VA-26-00026100)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for the procurement of mailers specifically designed for the Shawnee (Leavenworth) Consolidated Mail Outpatient Pharmacy (CMOP). The requirement includes two types of mailers, the "Sprint Auto Packer" and "Autobag 550," which are essential for efficient packaging operations within the CMOP facility. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested vendors must submit their quotes by December 22, 2025, at 3:00 PM CT, including necessary documentation such as a signed SF1449, pricing schedule, and compliance with the Buy American Act. For further inquiries, vendors can contact Kelley Cunningham at kelley.cunningham@va.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.
    Binding Services for Publications and Pecha Box Manufacturing – LOC New Delhi
    State, Department Of
    The Department of State, through the US Embassy in New Delhi, is seeking qualified contractors for binding services for publications and pecha box manufacturing under an Indefinite-Delivery Indefinite-Quantity contract. The procurement includes perfect binding for periodicals and monographs, as well as the creation of suede pecha and miscellaneous boxes, with specific dimensions and screen-printing requirements. This contract is crucial for supporting the Library of Congress New Delhi Office's operations, ensuring the availability of high-quality printed materials. Interested parties should contact Jaya Vedi at vedij@state.gov or Paul M Nichols at Nicholspm@state.gov for further details, and note that the contract will be evaluated based on pricing, quality of samples, and the contractor's delivery capabilities. The solicitation includes a one-year base period with four one-year options, and payment will be made in Indian currency.
    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.
    Binding Services for Publications and Pecha Box Manufacturing – LOC New Delhi
    State, Department Of
    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.
    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.
    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.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for operational and mailing supplies to support seven Consolidated Mail Outpatient Pharmacy (CMOP) locations across the United States. The procurement includes a wide range of items such as resealable bags, corrugated boxes, various types of mailers, child-resistant medical pouches, and packaging materials, all of which must adhere to specific material and postal regulations. This contract is crucial for ensuring the efficient operation of CMOP facilities, which play a vital role in delivering medications to veterans. Interested parties should contact Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov for further details, and must review the attached documents, including the pricing schedule and past performance requirements, as submissions are due by the specified deadlines.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.