Braille Transcription and Production IDIQ
ID: 2025-NLS-0067Type: 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
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 4:00 PM UTC
Description

The Library of Congress is seeking contractors to provide Braille transcription and duplication services for the National Library Service for the Blind and Print Disabled (NLS). This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support the production of accessible reading materials, including braille books and tactile graphics, for U.S. residents and citizens living abroad who cannot read conventional print due to visual or physical limitations. The contract, valued between $12,000 and $37.1 million over its term, emphasizes adherence to established NLS specifications, quality control measures, and the capacity to fulfill production demands. Interested parties should submit proposals by April 23, 2025, and may contact Tiffany Lucas at tluc@loc.gov or Stephanie Boone at sboone@loc.gov for further information.

Point(s) of Contact
Tiffany Lucas
tluc@loc.gov
Stephanie Boone
sboone@loc.gov
Files
Title
Posted
Apr 9, 2025, 4:06 PM UTC
The document outlines a solicitation for braille transcription and duplication services for the National Library Service (NLS) to assist individuals unable to read standard print due to visual or physical limitations. This ten-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support the production of braille and tactile reading materials through a series of defined order periods. The contractor is required to adhere to specific standards, including Unified English Braille (UEB) guidelines and various NLS specifications, while performing quality control inspections and managing production timelines. Key requirements include minimum and maximum order quantities set at $12,000 and $37.1 million, respectively, and stipulations for delivery, invoicing, and contractor personnel qualifications. A detailed Statement of Work provides comprehensive instructions on transcription and duplication processes, organization of files, packaging, and distribution logistics. The contractor must maintain stringent data security measures, undergo background checks for personnel, and ensure compliance with federal guidelines. Overall, this document emphasizes commitment to accessibility, efficiency, and high-quality service delivery for NLS programs.
Apr 9, 2025, 4:06 PM UTC
The document is an amendment to a Request for Proposal (RFP) from the Library of Congress, specifically concerning a contract for Braille transcription and duplication services. This amendment updates several sections within the original solicitation, extending the offer due date to April 23, 2025. The contract type is an Indefinite Delivery/Indefinite Quantity (IDIQ), with a minimum order amount of $12,000 and a maximum of $37,100,000 over the contract's term. The document stipulates that contractors must provide both English and Spanish language services, adhering to established NLS specifications for the transcription and duplication of Braille books. Key requirements include a comprehensive quality control plan, documentation of production capacity, and the qualifications of personnel, particularly Braille transcribers. Evaluation factors for the award prioritize the technical approach, corporate capability, management, staffing, and production capacity, with past performance and price being secondary considerations. The Library of Congress reserves the right to consider offers from non-profit organizations preferentially if their pricing is deemed fair and reasonable. Overall, this amendment ensures compliance with federal procurement standards while aiming to enhance services for visually impaired citizens by increasing access to reading materials in Braille format.
Apr 9, 2025, 4:06 PM UTC
The Library of Congress's National Library Service for the Blind and Physically Handicapped (NLS/BPH) outlines Specification 800:2014 for the production of braille books and pamphlets. This document details the standards for transcription, pressing, binding, and distribution processes for braille materials produced under contract. Key requirements include uniformity in braille size and spacing, paper quality, page dimensions, and formatting for both braille and print text, ensuring accessibility for users. Additionally, it specifies the inclusion of transcriber-generated pages, such as special symbols lists and notes, maintaining adherence to guidelines set by the Braille Authority of North America (BANA). Quality assurance measures demand inspections for compliance with these specifications and the diligence of certified braille transcribers. Various aspects of packaging and shipping, such as mailing carton standards and label information, ensure that braille materials remain secure during transit. The NLS/BPH emphasizes that clarity, accuracy, and user-centered design are essential in producing tactile text for readers, reflecting a commitment to improving accessibility and maintaining high-quality braille resources within the library services framework. This specification serves as a critical resource for contractors seeking to provide braille materials, ensuring both consistency and quality in educational resources for visually impaired individuals.
Apr 9, 2025, 4:06 PM UTC
The National Library Service for the Blind and Physically Handicapped (NLS), part of the Library of Congress, provides free library services for U.S. residents unable to read traditional media due to visual or physical disabilities. Each year, NLS publishes around 2,000 books and 70 magazines in accessible formats such as braille and audio, catering to a diverse readership. With a network of 56 regional and over 100 subregional libraries, NLS serves approximately 700,000 clients, largely seniors, who rely on its resources for entertainment and connection. Contractors bidding for NLS contracts are required to ensure the durability and user-friendliness of materials and equipment, specifically designed for people with disabilities. The document elaborates on specifications for carton labels used in shipping materials, detailing dimensions, printing requirements, and preparation instructions for deliveries. The focus is on producing materials that meet user needs while ensuring quality and reliability through constant feedback from consumers. This document serves as a guideline for contractors, aligning with government requirements for accessible services and products.
Apr 9, 2025, 4:06 PM UTC
The document outlines Specification 806:2019 for packaging electronic braille files intended for the National Library Service for the Blind and Print Disabled (NLS). Its primary aim is to standardize the requirements for braille book and magazine production, including specific formats for file packaging and metadata. Key elements include a container requirement of .zip files containing BOPF files, BRF files, and MD5 checksum files, all adhering to specified naming conventions. Metadata is to be meticulously detailed, including both Dublin Core and Extended metadata formats, ensuring accurate representation of publication details such as title, publisher, and rights. Quality assurance measures are detailed, specifying the contractor's responsibilities for compliance, inspections, and corrections during a two-year warranty period. The NLS retains the right to conduct inspections at any point, emphasizing strict adherence to the standards outlined. This document serves as a critical guideline for contractors engaged in producing accessible braille materials, highlighting the government's commitment to inclusivity and quality in services provided to individuals with disabilities.
Apr 9, 2025, 4:06 PM UTC
The document outlines the National Library Service for the Blind and Print Disabled's (NLS) specifications for the delivery of Braille material, specifically the Braille Deliverable Package (Specification 1207:2025). It details the requirements for a single ZIP file that must contain specific files, such as a BOPF file, one or more BRF files, and an MD5 checksum file. The ZIP file must adhere to certain formatting rules, including the prohibition of compression and specifications for file naming based on production identifiers. Additionally, the package must be delivered via the Transfer Portal, requiring an NLS Single Sign-On account for access. Proper personnel and contract information are necessary for access requests. This specification supports the NLS's initiative to provide accessible literature to individuals with print disabilities, emphasizing compliance with established standards and security through checksums and access protocols.
The document defines essential terms related to Braille transcription and duplication, focusing on the provision of accessible reading materials for the blind and print disabled under the U.S. Postal Service's "Free Matter for the Blind" program. Key concepts include "Source Material," which refers to various formats provided by the National Library Service (NLS), and the "Production Authorization Record (PAR)," which details instructions for individual book projects. The "Producer Data Exchange (PDE)" facilitates information sharing between contractors and NLS regarding production statuses. Acceptance of the project hinges on NLS approval of the "Complete Submission Package," which encompasses all necessary documents, including electronic braille files. Additionally, the document notes "Advanced Formatting," which involves handling complex source materials that may include visual aids like charts or graphs. This structure aims to standardize the process of producing accessible reading materials, aligning with government efforts to ensure that reading materials are available to individuals with disabilities. Ultimately, the document serves as a guide for contractors and stakeholders involved in the transcription and duplication of Braille materials.
Apr 9, 2025, 4:06 PM UTC
The document outlines instructions for Offerors responding to a government solicitation for Braille transcription and related services over multiple ordering periods from 2025 to 2030. Offerors must provide detailed pricing for various services, including Braille transcription per page and tactile graphics, while specifying unit costs for both standard and rush orders. The pricing must be complete; any failure to provide unit prices for all required categories will lead to the proposal being deemed non-responsive. The document also requires Offerors to indicate their monthly capacity to fulfill the given demands, which includes transcribing pages, creating tactile graphics, and duplicating Braille books. Each ordering period presents a structured format with attributes like estimated quantities, unit prices, and total costs for the proposed services. Adherence to these guidelines ensures compliance with federal grant and RFP norms, focusing on delivering essential services to promote accessibility.
Apr 9, 2025, 4:06 PM UTC
The document outlines the pricing and capacity requirements for Offerors participating in a federal government Request for Proposals (RFP) related to Braille transcription and duplication services. It details the structure for two pricing tabs—English and Spanish—where Offerors must enter unit prices for Standard/Priority and Rush titles over multiple ordering periods from August 2025 to August 2030. The Offerors must complete the Capacity tab by providing their monthly production capacity for various services, including Braille transcription and binding. Key points include strict stipulations that incomplete pricing proposals may be deemed non-responsive, impacting eligibility for contract awards. Each ordering period contains specific quantities and pricing for Braille pages and bindings, emphasizing the determination of total yearly titles and prices. The document highlights the essential role of these services in meeting the needs of visually impaired users by ensuring accessibility to literature through appropriate Braille formats. Overall, the RFP format serves to solicit proposals for services that comply with federal standards, ensuring quality and reliability in Braille production.
Apr 9, 2025, 4:06 PM UTC
The "Past Performance Questionnaire" is a tool used to evaluate contractors’ performance on the NLS Braille Book Production project (RFP 030ADV25R0018). The questionnaire collects critical information regarding the contractor, including identification details, contract specifications, and performance evaluations across multiple areas such as quality, schedule adherence, cost management, and communication. Evaluators rate contractor performance on a scale ranging from "below standard" to "exceeds expectations." The document includes sections for evaluators to note the contractor's strengths and weaknesses, as well as to provide their overall satisfaction and willingness to hire the contractor again for future projects. The completed questionnaire must be returned to designated officials via email, emphasizing the structured approach to assessing contractor capability within the framework of government procurement processes. This evaluation is essential for maintaining quality and accountability in federal contracts, ensuring suitable vendors are selected for government projects.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
NLS Library Cartridge and Container Labels - Print & Braille Embossed Labels
Buyer not available
The Library of Congress is seeking proposals for the procurement of custom printed labels with embossed Braille for the National Library Service (NLS) for the Blind and Print Disabled. This contract involves sourcing, producing, and shipping printed labels for cartridges, cartridge containers, and shipping boxes, which are essential for facilitating access to library resources for visually impaired patrons. The contract will be awarded based on the best value to the government, with a minimum order value of $2,000 and a maximum of $2,000,000, spanning from July 1, 2025, to June 30, 2030. Interested vendors must submit proposals by April 29, 2025, and provide sample labels by May 13, 2025; questions regarding the solicitation are due by April 16, 2025. For further inquiries, contact Brenda Kinlay at bkinlay@loc.gov or Jennifer Zwahlen at jzwa@loc.gov.
Braille Products
Buyer not available
The United States Government Publishing Office is seeking qualified vendors to provide Braille transcription and embossing services for Braille products in both English and Spanish. The procurement includes the creation of title pages, tables of contents, contractor-printed cover pages with Braille spine labels, as well as binding, packing, and distribution of these materials. These services are crucial for ensuring accessibility and inclusivity for individuals who rely on Braille for reading. Interested parties can reach out to Linda Price at lprice@gpo.gov or Tammy Nishimura at tnishimura@gpo.gov for further details regarding the solicitation process.
Braille Mailing Containers - Purchase of Standard and Long Mailers
Buyer not available
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.
Library of Congress - Quad VTR Service & Repairs
Buyer not available
The Library of Congress is seeking qualified contractors to provide service and repair support for Quad Video Tape Recorders (VTR) at its National Audio-Visual Conservation Center (NAVCC) in Culpeper, Virginia. The procurement aims to maintain and repair specialized vintage VTR equipment essential for digitizing historic video collections, thereby supporting the Library's strategic goal of preserving and providing access to America's creative heritage. This Indefinite Delivery Indefinite Quantity (IDIQ) contract includes a base year and two optional years of service, with a minimum commitment of $2,500 and a maximum of $175,000 for all task orders. Interested parties must submit their proposals by April 21, 2025, and direct any questions to Jennifer Zwahlen at jzwa@loc.gov or Lianne Carroll at lcarroll@loc.gov by April 11, 2025.
Window Treatment Products and Related Services
Buyer not available
The Library of Congress is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for window treatment products and related services. The procurement involves the supply and installation of various window treatments, including operable floor-to-ceiling sheer drapes made from inherently fire-retardant fabric, in compliance with NFPA 701 standards, across multiple Library facilities. This initiative is crucial for maintaining the aesthetic and safety standards of the Library's environments, ensuring that all installations adhere to strict safety regulations and operational efficiency. Interested vendors should contact Melinda Dawson at mdawson@loc.gov or David Leonard at dleonard@loc.gov for further details, with the contract period of performance set for 60 days from the task order award.
Services for Co-creation with Public Libraries
Buyer not available
The Library of Congress is seeking proposals for consulting services aimed at co-creating digital experiences with public libraries in Oklahoma and Ohio. The primary objectives include consulting on co-creation strategies, facilitating community engagement sessions, and synthesizing feedback from library staff and stakeholders to enhance public engagement through innovative digital solutions. This initiative, funded by a two-year grant received in 2024, emphasizes user-centered approaches to modernize outreach and collaboration with local communities. Interested contractors should contact Veronica Price at vprice@loc.gov or Kevin Barnes at kbarnes@loc.gov for further details, with the contract structured as a firm-fixed-price agreement and specific deadlines outlined in the solicitation documents.
Theater Valance and Curtain Assessment - Library of Congress
Buyer not available
The Library of Congress is seeking contractor support for the assessment, cleaning, and potential replacement of theater curtains and valances at its National Audiovisual Conservation Center theater. The primary objective is to evaluate the current condition of the curtains, which have been affected by damage and mold, and to provide a comprehensive report with recommendations for either repair or replacement. This procurement is crucial for maintaining the integrity and safety of the theater's environment, ensuring that the facility remains a valuable resource for audiovisual preservation. Interested contractors must submit their proposals by April 30, 2025, and are encouraged to attend an optional site visit; inquiries should be directed to Colleen Daly at cdaly@loc.gov or Jennifer Zwahlen at jzwa@loc.gov.
Intent to Sole Source - P1AL Merging Pyramix DAW
Buyer not available
The Library of Congress is seeking to award a sole source contract for maintenance and support of its Pyramix Digital Audio Workstation (DAW) equipment located at the Culpeper facility. The contract will provide essential services including software maintenance, updates, and troubleshooting, ensuring the equipment meets manufacturer specifications and operates efficiently. This procurement is critical for maintaining the Library's audio production capabilities, with an estimated contract value exceeding $250,000 and a performance period from June 3, 2025, to June 2, 2030. Interested firms must submit a capability statement to Brian D. Curl at bcurl@loc.gov by the specified deadline to demonstrate their qualifications for this specialized support.
Film and Sound Preservation Plan Tasks - Library of Congress
Buyer not available
The Library of Congress is seeking contractor support to implement tasks associated with the National Film and Sound Preservation Plans, as outlined in Solicitation 030ADV25Q0112. The procurement includes organizing a virtual symposium on Generative AI, producing National Recording Registry (NRR) radio programs, and continuing the Association for Moving Image Archivists (AMIA) Professional Mentorships and online workshops on film restoration. This initiative is crucial for preserving American audio-visual heritage and engaging diverse audiences in the archival community. Interested contractors should note that the contract will be a Firm-Fixed-Price agreement, with the budget unspecified but falling under FAR Part 13 Simplified Acquisition Procedures for contracts under $250,000. For further inquiries, potential offerors can contact Colleen Daly at cdaly@loc.gov or James Robinson at jarobinson@loc.gov.
American 250 Exhibition Audio Visual (AV) Design Services
Buyer not available
The Library of Congress is seeking an experienced media design firm to provide audio-visual (AV) design services for the "Founding Phrases Exhibit" in its newly established Treasures Gallery. The objective is to develop and produce engaging media experiences that commemorate the semi-quincentennial of the Declaration of Independence, enhancing visitor interaction through sophisticated AV presentations. This project is significant as it aims to deepen public understanding of America's founding history while ensuring compliance with accessibility standards. Interested contractors should contact Olexiy Levchuk at olevchuk@loc.gov or Moji Adejuwon at moad@loc.gov for further details, with the contract performance period commencing in July 2025 and concluding with the exhibit's opening in February 2026.