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
    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). The objective of this procurement is to enhance accessibility by producing braille and tactile reading materials for individuals unable to read standard print due to visual or physical limitations. This initiative is crucial as the NLS serves approximately 700,000 clients, primarily seniors, by offering over 170,000 audio and braille titles, with a commitment to adding more annually. The contract is structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a minimum order amount of $12,000 and a maximum of $37.1 million over its term, and proposals are due by May 7, 2025. Interested parties can 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
    The document outlines a solicitation by the Library of Congress for braille transcription and duplication services through an amendment to an existing proposal. Key updates clarify that while English braille services are mandatory, Spanish braille services remain optional. The outline serves to specify requirements for contractors including adherence to established specifications, quality assurance protocols, and a warranty period for materials. Contractors must demonstrate their capabilities through submission of a detailed technical proposal, corporate background, and past performance questionnaires. The document stipulates evaluation criteria that prioritize technical approach and corporate capability over pricing, encouraging best value trade-offs. It highlights the importance of project managers with substantial experience and UEB-certified staff for braille transcription. Additional details include requirements for organization structure, production capacity, and timelines for deliverables. The solicitations comply with federal acquisition regulations, reflecting the Library’s commitment to providing accessible literature for citizens unable to read standard print materials. This initiative underscores the federal priority of inclusivity in educational resources for the visually impaired and physically disabled.
    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.
    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.
    This government document serves as an amendment to a solicitation, specifically extending the due date for offers related to a request for proposal (RFP). The original offer submission deadline has been postponed to May 7, 2025, at 12:00 PM EDT. The amendment outlines that all terms and conditions from the original document remain unchanged unless specified otherwise in this amendment. This notice is issued by the Contracts and Grants Directorate of the Library of Congress and will require acknowledgment of receipt by potential bidders through various specified methods to ensure compliance. Overall, the document's main purpose is to communicate a critical date adjustment for offer submissions while maintaining the integrity of the original solicitation terms. Compliance with this change is emphasized, highlighting its importance in the solicitation and contracting process within federal procurement activities.
    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.
    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.
    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.
    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.
    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.
    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.
    The document outlines instructions for offerors responding to a federal Request for Proposals (RFP) regarding Braille transcription and duplication services. Key requirements include providing monthly capacity estimates and unit prices for both English and optional Spanish services across several ordering periods from 2025 to 2030. The pricing must be specified for Standard/Priority and Rush titles, with particular emphasis on not allowing partial pricing, which could render proposals non-responsive. Each task includes pricing options for various services, such as Braille transcription, tactile graphics, book duplication, and binding. Offerors are instructed to fill in specific columns within the provided tabs, including estimated quantities and respective unit prices, to facilitate evaluation and award considerations. Additionally, the document indicates the need for detailed capacity metrics, ensuring that bidders understand the scale and requirements necessary for compliance with the Library’s needs. Overall, the RFP emphasizes systematic bidding practices to encourage competition while ensuring quality and service delivery in the realm of accessibility for Braille materials.
    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
    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.
    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 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.
    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.
    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.
    Process Application Development IDIQ
    Library Of Congress
    The Library of Congress is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Process Application Development services. The primary objective is to license, maintain, configure, and support a cloud-based business management platform that integrates approximately 38 existing applications, with the current system being OpenText's Solutions Business Manager Software (SBM). This procurement is crucial for ensuring the Library's operational efficiency and compliance with federal IT security directives, as it aims to enhance service delivery across various business areas. Interested contractors should review the solicitation documents and submit their proposals by the specified deadlines, with a contract value estimated between $200,000 and $20 million over the five-year period, which may be extended for an additional five years. For further inquiries, potential offerors can contact Stefanie Fitte at sfitte@loc.gov or Cristina Vega at crvega@loc.gov.
    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.
    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 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.
    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.
    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.