Nonrecurring Engineering, Development, Prototyping and Production of Handheld Bluetooth Wireless Remote-Controls for DA-2 Units
ID: 2025-NLS-0047Type: Solicitation
Overview

Buyer

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

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

RUBBER AND PLASTICS WORKING MACHINERY (3620)
Timeline
    Description

    The Library of Congress is seeking proposals for the nonrecurring engineering, development, prototyping, and production of Bluetooth-enabled handheld remote controls for the DA-2 Digital Talking Book Machine (DTBM). The contract aims to enhance accessibility for visually impaired users by providing a remote control that complies with various technical and regulatory standards, including Bluetooth SIG and ADA certifications. This initiative is crucial for improving the user experience of assistive technology within the library's offerings. Interested contractors should note that the contract has a minimum order of 5,000 units, with a total value of up to $7.5 million over a five-year period, and proposals are due by March 4, 2025. For further inquiries, potential bidders can contact James Robinson at jarobinson@loc.gov or Brenda Kinlay at bkinlay@loc.gov.

    Point(s) of Contact
    James Robinson
    jarobinson@loc.gov
    Brenda Kinlay
    bkinlay@loc.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Library of Congress for the development, prototyping, and production of Bluetooth-enabled handheld remote controls for the DA-2 Digital Talking Book Machine (DTBM). The contract involves two main phases: non-recurring engineering and mass production, with a minimum order of 5,000 units valued at up to $7.5 million over a five-year period. The contractor must ensure the devices comply with various certifications, including Bluetooth SIG and ADA standards, and provide a comprehensive technical data package (TDP) prior to production. Key deliverables include design drawings, product certifications, and quality control procedures, todos to facilitate successful project execution. Additionally, the contractor is responsible for developing a quality control plan and conducting electromagnetic compatibility (EMC) testing in specified countries. Complete functionality should be demonstrated through prototypes, with stipulations for enhancements focusing on accessibility for visually impaired users. The document details the administration of the contract, delivery and performance timelines, and various clauses regarding inspection, acceptance, and payment procedures. This RFP reflects the government's commitment to improving accessibility for individuals with disabilities by enhancing the user experience of the library’s assistive technology.
    This government document outlines an amendment to a solicitation issued by the Contracts and Grants Directorate of the Library of Congress. The amendment corrects the issue date for the solicitation, which is now set for January 28, 2025, and establishes the new deadline for offers as March 4, 2025, at 5:00 PM. It specifies how offerors must acknowledge receipt of the amendment by including it in their submitted offers or by other specified methods. The document ensures that all terms and conditions from the original solicitation remain in effect aside from these updates. It highlights the importance of adhering to the amended timeline to avoid rejection of offers, illustrating standard procedures for modifications in government contracts. This amendment serves to clarify key deadlines in the bidding process, maintaining compliance with government regulations and facilitating transparent communication with potential contractors.
    The Library of Congress is seeking contractor support for the development and manufacturing of a Bluetooth-enabled handheld remote control for its Digital Talking Book Machine (DTBM) known as the DA-2. This initiative aims to enhance accessibility for patrons with visual impairments and other reading disabilities by enabling remote operation of the device. The contract encompasses the design, prototyping, and mass production of the remote, ensuring compliance with various technical specifications and regulatory standards, including Bluetooth SIG certification. The contractor is tasked with delivering a comprehensive technical data package, conducting quality control procedures, and obtaining necessary product certifications within specified timelines. Key deliverables include design drawings, specifications reporting, functional prototypes, and final production units. Additionally, the contractor must address possible enhancements for better user experience and comply with quality assurance measures throughout the contract period. This project reflects the government's commitment to enriching accessibility resources for individuals with disabilities while adhering to federal procurement laws and engaging a thorough solicitation process for contractor selection.
    The document outlines the specifications for a handheld Bluetooth remote control designed for the DA-2 Digital Talking Book Machine, created for the National Library Service for the Blind and Print Disabled. It emphasizes the need for a consumer-responsive design that accommodates the unique needs of blind and physically handicapped users. The specifications detail requirements in several areas, including Bluetooth functionality, temperature tolerance, drop and vibration tests, and safety standards, ensuring durability and reliability. The remote must have specific features like an internal antenna, a battery life of at least two years, and controls that correspond to the DA-2 functions, including Braille labeling on keys for better accessibility. Moreover, it includes information about the packaging requirements to ensure safe shipment, emphasizing adherence to USPS guidelines for shipping materials designated for the blind. The document serves as a formal request for proposals (RFP) for potential contractors, urging them to produce a device that meets all outlined criteria, with an emphasis on the usability and safety for individuals with disabilities, reflecting the government's commitment to accessibility and inclusion.
    The document outlines the details of a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) Contract related to Product Prototyping and Solicitation # 030ADV25R0008. The contract's performance period spans from June 1, 2025, to May 30, 2030, encompassing two main phases: the Non-Recurring Engineering Phase and the Full Production of Units Phase. During the Non-Recurring Engineering Phase, deliverables include design drawings, product certifications, engineering change control documentation, quality assurance procedures, and prototypes. The Full Production Phase consists of multiple ordering periods for full production units. All unit prices must cover associated costs such as shipping, warranty, EMC testing, and verification of data, ensuring comprehensive pricing for test items and prototypes. The document emphasizes the importance of rigorous testing and certification processes inherent in government contracts, indicative of the federal procurement process's thoroughness, aiming to uphold quality and safety standards in product development. In this way, it reflects the federal government's commitment to efficient and effective procurement practices and adherence to regulatory requirements.
    The Past Performance Questionnaire (RFP 030ADV25R0008) is designed to evaluate a contractor's performance on product prototyping contracts. It collects detailed information about the contractor, including identification, contract specifics, and customer feedback. The questionnaire requires evaluators to assess the contractor's overall satisfaction, quality of work, adherence to schedules, cost management, personnel quality, contract management, and problem-resolution capabilities using a predefined scoring system from 1 to 5. It includes sections for narrative summaries of strengths and weaknesses, warranty fulfillment, and ongoing support. Evaluators are also asked if they would choose to work with the contractor again. Completed forms are to be submitted to the designated Contracting Specialist and Officer, emphasizing the importance of accurate performance assessment in future government contracting endeavors. This tool serves to ensure reliable contractor selection based on past performance, critical in federal procurement processes.
    This document is an amendment to Solicitation #030ADV25R0008 concerning the NLS Bluetooth Remote Control for Digital Talking Book Machines. It primarily addresses a series of questions and answers from potential contractors about design specifications, certification costs, and operational requirements. Key points include flexibility in button layout design as long as it adheres to specified dimensions, use of a Realtek Bluetooth chipset, requirements for audible feedback via a buzzer, and inclusion of a lanyard with the remote. The Library mandates compliance with various international certifications and clarifies that Bluetooth SIG certification will be the contractor's responsibility. Additionally, the proposal emphasizes that rejected units must be replaced at no cost, and the initial order after the first 5,000 units is not obligated to a minimum quantity. The document also mentions future features like voice control and IR command reception as potential enhancements but currently confirms these are not requirements. Overall, the document focuses on establishing clear expectations and standards for the development and deployment of the Bluetooth remote control intended for use by Library patrons.
    The document outlines the specifications for a handheld Bluetooth remote control intended for the DA-2 Digital Talking Book Machine, developed for the National Library Service for the Blind and Print Disabled (NLS). It emphasizes the need for designs that cater to users with visual and physical disabilities, highlighting compliance with stringent quality standards and user-friendly features. The specifications detail the Bluetooth protocol, necessary operational environments, durability tests (including drop and vibration), and safety measures to prevent harm. The remote must operate effectively within prescribed temperature and humidity ranges and include features such as an internal antenna, secure pairing, and audible feedback. The design requirements also cover physical characteristics, like size (not exceeding 6.8 in long), weight (≤ 0.25 lbs), lanyard provision, and key durability (100,000 cycles). Packaging must comply with USPS Free Matter for the Blind, ensuring safe shipping of devices. Overall, the document aims to guide contractors in producing a product that is technologically advanced while meeting essential consumer needs for a vulnerable population, thereby supporting government initiatives aimed at enhancing accessibility for the visually impaired.
    The document outlines a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract for product prototyping and production, designated as Solicitation #030ADV25R0008, with a performance period from June 1, 2025, to May 30, 2030. The contract encompasses two main phases: a Non-Recurring Engineering phase covering essential deliverables such as design drawings, product certifications, and quality control procedures from June 2025 to May 2026, and a Full Production of Units phase subdivided into five ordering periods, each catering to varying quantities of units ranging from 1 to over 5000. The document specifies a structured approach to procurement, including detailed reporting requirements and control measures for engineering changes. The overall purpose is to facilitate the development, testing, and full-scale production of specified products while ensuring compliance with quality standards and technical specifications throughout the contract duration. This contract represents a commitment to ongoing product innovation and manufacturing efficiency within governmental procurement processes.
    Similar Opportunities
    Library of Congress - NLS Audio Narration Industry Day
    Buyer not available
    The Library of Congress is hosting an Industry Day focused on the procurement of audio narration services for the National Library Service for the Blind and Print Disabled (NLS). The objective is to enhance the production of Digital Talking Books (DTBs) in English and Spanish, ensuring high-quality audio content that meets specific standards for accessibility and clarity. This initiative is crucial for providing visually impaired and physically handicapped individuals with access to literature, reflecting the government's commitment to inclusivity. Interested parties can contact Jennifer Zwahlen at jzwa@loc.gov for further details, with new solicitations expected to open in March 2025.
    RFQ to support the Library of Congress Retail Shop
    Buyer not available
    The Library of Congress is seeking qualified contractors to support its retail operations through a Request for Quotation (RFQ) aimed at enhancing the Library's retail offerings, including merchandise, archival prints, e-books, and inventory management services. The procurement encompasses various responsibilities such as providing high-quality retail merchandise, conducting annual and seasonal inventory counts, and developing an eBook and audiobook platform, all designed to align with the Library's mission and improve customer engagement. This initiative is crucial for maintaining efficient inventory management and expanding the Library's retail presence, ultimately enriching the visitor experience and promoting educational outreach. Interested parties should contact Abby Schultz at aschultz@loc.gov for further details, with the solicitation classified as unrestricted and encouraging participation from small businesses.
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library, with a focus on supporting ruggedized laptops and tablets across multiple Air Force bases. The procurement aims to ensure effective management and maintenance of technical order distribution and client devices from March 28, 2025, to March 27, 2030, emphasizing the importance of operational readiness and compliance with established protocols. Interested small businesses are encouraged to submit proposals that address technical capabilities, past performance, and pricing, with a total small business set-aside designation under NAICS code 541519. Proposals must be submitted by the specified deadline, and inquiries can be directed to Capt Natalie Norlock at natalie.norlock@us.af.mil or by phone at 937-443-1575.
    FEDLINK Online Computer Library Center (OCLC) Services
    Buyer not available
    The Library of Congress is seeking to establish a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract with OCLC, Inc. for bibliographic services, which encompass data sharing, resource management, and collection analysis. This contract, projected to exceed $250,000, is essential for supporting library functions and ensuring interoperability of resources, leveraging OCLC's unique capabilities, particularly its ownership of the WorldCat database, which is vital for library collaboration and access to extensive bibliographic records. The contract is intended to span from July 2025 to June 2030, and interested parties can reach out to Holly Le at heva@loc.gov for further information.
    Digitization of the Office of Cuba Broadcasting (OCB) Tape Library
    Buyer not available
    The United States Agency for Global Media (USAGM) is soliciting proposals for the digitization of the Office of Cuba Broadcasting (OCB) Tape Library, which consists of approximately 5,000 video tapes primarily in Betacam SP and Betacam SX formats. The objective is to convert these tapes to HD quality using specific technical requirements, including XDCAM 4:2:2 format and a bit rate of 50 Mbps, with a final file type of .mp4, all to be completed on-site at the OCB Headquarters in Miami within 90 days of contract award. This initiative is crucial for preserving and modernizing broadcasting archives, thereby enhancing the dissemination of information to the Cuban populace. Interested small businesses must submit both technical and price quotations by March 5, 2025, and can direct inquiries to Christopher Capers at ccapers@usagm.gov or Karoline Duffy at KDuffy@usagm.gov.
    MegaVision Camera Maintenance - J&A
    Buyer not available
    The Library of Congress is seeking a contractor for the maintenance of its MegaVision hyperspectral imaging systems through a service agreement with Transcendent Imaging, LLC. The contract entails comprehensive repairs, annual preventive maintenance visits, on-site support, and training for Library personnel, ensuring the optimal functionality of both permanent and portable imaging systems used for non-destructive analysis of collection materials. This maintenance is critical for preserving the Library's collections, as the proprietary nature of the equipment necessitates specialized support from the sole provider, Transcendent Imaging. The total contract value exceeds $250,000, and interested parties can contact James Robinson at jarobinson@loc.gov for further information.
    UMTE Control, Interface
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of a CONTROL INTERFACE unit, identified by National Stock Number (NSN) 5895-01-512-1931. Contractors are required to submit quotations that include a proposed delivery schedule and adherence to a specified Required Delivery Schedule (RDS), with a focus on improving on-time delivery and compliance with strict inspection and acceptance criteria. This procurement is critical for ensuring the availability of essential communication equipment within defense operations, emphasizing quality assurance and supply chain traceability. Interested contractors must submit their quotations by March 17, 2025, and can direct inquiries to Dennis Bouy at dennis.bouy@us.af.mil for further information.
    X-Ray Screening Machines and Maintenance
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of six X-Ray Screening Machines, along with associated maintenance services, to enhance security at its headquarters and the Defense Threat Reduction Agency (DTRA) in Fort Belvoir, Virginia. The contract includes the delivery, installation, training, and a one-year warranty for the machines, which are designed to detect explosives and narcotics, with advanced imaging capabilities tailored to operational needs. This acquisition is crucial for bolstering security measures within federal facilities, ensuring the safety of personnel and operations. Interested contractors must submit their proposals by February 21, 2025, and can direct inquiries to Odemaris Dekle at odemaris.dekle@dla.mil or Beverly J. Williams at beverly.j.williams@dla.mil.
    DA10--Telephonic & Remote Software Support Services Base Plus Option Years POP: 03/01/2025 - 02/28/2030
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for telephonic and remote software support services, with a contract period from March 1, 2025, to February 28, 2030. The procurement aims to provide 24/7 technical support, updates, and troubleshooting for the C-Cure 9000 Series S PACS security system, ensuring timely responses and compliance with VA security requirements. This initiative is critical for maintaining the operational efficiency of security systems within veterans' healthcare facilities, with an estimated contract value of $47 million set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.
    N--A/V Equipment and Installation Requirement
    Buyer not available
    The Department of the Interior is seeking qualified contractors for the design and installation of audio/visual (A/V) equipment at the Denver Federal Center, as outlined in solicitation number 140D0425Q0226. The procurement requires comprehensive design services, equipment installation, and staff training, with a performance period from March 28, 2025, to September 27, 2025. This project is crucial for enhancing communication and operational efficiency within the Office of Restoration and Damage Assessment (ORDA), ensuring that the A/V systems meet specific requirements for various meeting formats. Interested contractors should contact Catherine Mattocks at catherinemattocks@ibc.doi.gov or call 703-964-8409 for further details, and proposals must adhere to the guidelines set forth in the solicitation documents.