Braille Music Transcription and Proofreading
ID: 030ADV24R0060Type: 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 music transcription and proofreading services under a Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to transcribe musical documents into braille and proofread existing digital braille music volumes to ensure accessibility for patrons who are blind or visually impaired. This initiative is crucial for enhancing the Library's music collection, which includes instructional materials and sheet music in accessible formats. Interested vendors must submit proposals by October 16, 2024, with a minimum task order value of $1,000 and a maximum ceiling of $250,000. For further inquiries, potential bidders can contact Colleen Daly at cdaly@loc.gov or James Robinson at jarobinson@loc.gov.

    Point(s) of Contact
    Colleen Daly
    cdaly@loc.gov
    James Robinson
    jarobinson@loc.gov
    Files
    Title
    Posted
    The document outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract issued by the Library of Congress for Braille Music Transcription and Proofreading Services. The contract's purpose is to acquire services that transcribe printed music into Braille and proofread existing digital Braille music files for accuracy. The contract allows multiple awards, with a ceiling of $250,000 and a minimum order value of $1,000. Key responsibilities for the contractor include adhering to specific transcription standards and proofing guidelines, as outlined by the National Library Service. The contractor must provide electronic files in prescribed formats, conduct quality control, and deliver progress reports to the Contracting Officer Representative. Performance areas include transcription of various musical materials and proofreading digital files, ensuring compliance with the latest Braille specifications. Furthermore, the contract emphasizes the importance of skilled and certified personnel, as well as the necessity of maintaining intellectual property rights for materials produced under the contract. Overall, this IDIQ contract reflects the Library's commitment to making music accessible for individuals who are blind or visually impaired, supporting broader federal initiatives to ensure inclusivity in educational and cultural resources.
    The document outlines the pricing schedule for a federal government Request for Proposal (RFP) concerning Braille music transcription and proofreading services. Offerors must submit unit prices for both services across four years, starting from the execution date of the contract until August 31, 2028. Each year, prices are differentiated based on the number of pages—specifically for projects under and over 100 pages. The schedule is systematically organized by year, detailing types of services required: Braille music transcription and proofreading, while providing a structured framework for submitting bids per unit price. This pricing schedule emphasizes the government's procurement strategy for specialized services aimed at accessibility in music education. Adherence to this pricing format ensures transparency and allows for fair competition among bidders, ultimately supporting the objective of enhancing access to Braille music resources.
    The government document is a Request for Proposal (RFP) for a Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Braille Music Transcription and Proofreading services for the Library of Congress. The Library seeks contractors to transcribe and proofread musical works into accessible formats for patrons with visual impairments, with tasks including transcribing hard copy and electronic sheet music into braille and proofreading existing digital files. Each task order will have a minimum value of $1,000 and a maximum ceiling of $250,000. Contractors must adhere to NLS specifications and provide services that ensure the correct formatting of transcribed materials, with a strong emphasis on quality control and verbal communication with Library staff. Key personnel must be certified in braille transcription and have relevant experience. Proposals will be evaluated based on technical approach, qualifications of personnel, past performance, and pricing. The Library seeks efficient and compliant proposals while maintaining the ability to award contracts beyond the lowest price. This solicitation is indicative of the Library's efforts to enhance accessibility for individuals with disabilities through precise and high-quality formatting of educational and musical resources.
    The document announces a full and open competition for new contractors to be added to the Library of Congress's multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, as stipulated in FY23 contract sections LCNLS23D0007, -0011, -0012, and -0013. Interested contractors are instructed to review the attached Request for Proposals (RFP), which includes the Statement of Work, Offer Submission Instructions, and Evaluation Criteria. Proposals must be submitted following specific guidelines in the RFP by the deadline of October 16, 2024, and validity is required for 120 days. Questions regarding the proposal process should be directed to the assigned Contracting Officer or Contract Specialist by October 4, 2024. The document outlines key logistics for interested parties, ensuring adherence to mandatory procedures under the FAR Part 13.5, reinforcing the Library's commitment to fair competition in securing contractor services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FEDLINK ELECTRONIC RESOURCES SOLICITATION
    Active
    Library Of Congress
    The Library of Congress is seeking proposals for the FEDLINK Electronic Resources Solicitation, aimed at acquiring commercial electronic information resources and library support services for federal agencies. The procurement involves multiple indefinite delivery, indefinite quantity (IDIQ) contracts, with a focus on providing electronic databases, document delivery services, and specialized product integrations, ensuring streamlined access to vital information resources across federal libraries and information centers. Interested vendors must submit firm-fixed prices and may propose volume discounts, with the contract set to commence on January 1, 2025, and potentially extend for three additional one-year periods. For inquiries, interested parties should contact Tariq Miakhel at tmiakhel@loc.gov or Elinda Deans at ehar@loc.gov, referencing solicitation number LCFDL24R0029.
    Request for Information - Curtain Motor Replacement
    Active
    Library Of Congress
    The Library of Congress is seeking information from vendors regarding the replacement of its theater stage curtain motor and associated services. The National Audio-Visual Conservation Center requires a new motor that allows for variable speed adjustment, as well as cleaning and repair services for the existing curtain and valance. This initiative is crucial for maintaining the functionality and aesthetic of the theater stage, which features two curtain panels measuring 24’1” x 28’0” and a valance panel measuring 5’8” x 34’0”. Interested parties are encouraged to submit capability statements, rough order estimates, and feedback on the draft Statement of Work to the primary contact, James Robinson, at jarobinson@loc.gov, or the secondary contact, Lianne Carroll, at lcarroll@loc.gov. This Request for Information (RFI) is part of market research and does not guarantee future contracts or reimbursements for participation.
    SMITHSONIAN INSTITUTION -IDIQ for Packing and Shipping Museum, Archives, and Library Collections
    Active
    Smithsonian Institution
    The Smithsonian Institution is seeking experienced vendors to submit proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on packing and shipping its museum, archive, and library collections. The primary objective of this procurement is to establish a reliable framework for managing various collection-related tasks, including installation, deinstallation, research, and storage, while emphasizing sustainable practices and eco-friendly materials. This contract will be awarded for an initial term of one year, with the possibility of nine one-year extensions, and requires vendors to demonstrate recent relevant experience in handling museum-quality collections. Interested parties must submit their proposals by October 1, 2024, at 12 p.m. EST, and can direct inquiries to Debra Berke at berked@si.edu or Susan Engelhardt at engelhardts@si.edu.
    Intent to Sole Source - Raiser's Edge (RE NXT Renewal Subscription)
    Active
    Library Of Congress
    The Library of Congress intends to sole source a contract for the renewal of its subscription to the Raiser’s Edge NXT software, which is critical for its fundraising and event management operations. This procurement will encompass training, software upgrades, patches, troubleshooting, and hotline support, ensuring the Library maintains continuity in its operations. The justification for this sole-source acquisition highlights the proprietary nature of the software and the significant challenges associated with transitioning to an alternative system. The contract is expected to run from November 2024 to October 2028, with an estimated total value linked to multiple option periods. Interested parties can contact Kevin Barnes at kbarnes@loc.gov or 202-251-8024 for further information.
    U008--New Music Therapy |554
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for a federal contract to provide music therapy services for the VA Eastern Colorado Healthcare System, with the solicitation number 36C25924Q0809. The contract aims to deliver therapeutic music sessions to veterans, focusing on recreational therapy, and will include activities such as instrument instruction and songwriting, conducted over a period of six months with classes scheduled for 4-6 hours weekly. This initiative is crucial for enhancing the quality of life for veterans through innovative therapeutic approaches, and interested contractors must submit their quotes by September 19, 2024, at 3:00 PM Mountain Time, with inquiries directed to Contract Specialist Jason Lawrence at jason.lawrence3@va.gov or 303-712-5725.
    Exhibit Design Services
    Active
    Library Of Congress
    The Library of Congress is seeking experienced exhibit design firms to provide design services for the upcoming "Founding Phrases" exhibition, which will commemorate the legacy of the Declaration of Independence. The selected contractor will be responsible for creating innovative designs for approximately 100 historical artifacts, ensuring compliance with museum-quality conservation and security standards, while also adhering to accessibility guidelines throughout the design process. This project is significant as it aims to enhance public engagement with the Library's collections and promote historical education, with the contract expected to span from December 2024 to April 2026, culminating in the exhibition opening in March 2026. Interested parties can contact Olexiy Levchuk at olevchuk@loc.gov or Moji Adejuwon at moad@loc.gov for further details.
    LC13017A, Sprinkler Systems Replacement for Collections, John Adams Building (JAB), Library of Congress
    Active
    Architect Of The Capitol
    The Architect of the Capitol is seeking a qualified contractor for the Sprinkler Systems Replacement for Collections at the John Adams Building (JAB) of the Library of Congress in Washington, DC. The project involves the removal of the existing copper sprinkler system and the installation of a new black steel system, along with modifications to the fire alarm system, floor deck repairs, lighting adjustments, and hazardous material abatement. This procurement is critical for ensuring the safety and preservation of valuable collections housed within the facility. The estimated contract value ranges from $25 million to $28 million, with a completion timeframe of 1,016 calendar days from the Notice to Proceed. Interested bidders must submit their proposals by October 5, 2024, and can contact Charvey Smith at charvey.smith@aoc.gov for further information.
    Calligraphy Services
    Active
    State, Department Of
    The U.S. Department of State is seeking qualified vendors to provide calligraphy services for the Office of Presidential Appointments, with a focus on producing high-quality, hand-lettered commissions for various presidential and foreign service appointments. The procurement aims to establish a firm-fixed price multiple award Blanket Purchase Agreement (BPA) for a base year and four one-year option periods, emphasizing the need for confidentiality and adherence to strict quality standards in handling sensitive documents. Calligraphy services will include various commission types, with specific requirements for dimensions, styles, and turnaround times, highlighting the importance of tradition and formality in U.S. governance. Interested vendors must submit proposals by September 30, 2024, and direct any questions to Barbra Postell at postellbj@state.gov by September 20, 2024.
    PREVENTIVE AND EMERGENCY MAINTENANCE FOR PLATE MARKING LASER SYSTEM
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking a contractor to provide preventive and emergency maintenance for Plate Marking Laser Systems. The contractor will be responsible for all personnel, equipment, supplies, and services necessary to ensure the operational reliability of this critical equipment used in the serial numbering of U.S. currency, in compliance with ISO 14001 requirements. This contract, categorized as non-personnel services, is vital for maintaining the functionality of essential machinery, with a base period from September 2024 to September 2025 and three potential option years. Interested vendors must express their capabilities via email to the primary contact, Lasonia Brown, at lasonia.brown@bep.gov, and must be registered in the System for Award Management (SAM) to be considered.
    Stereo Sequencing
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting proposals for Stereo Sequencing services under solicitation number 12505B24Q0350. The procurement aims to secure professional services from medical laboratories, with a focus on delivering sequencing services within a 12-month timeframe. This initiative is critical for advancing agricultural research and ensuring compliance with federal regulations, including the submission of invoices through the Invoice Processing Platform (IPP). Interested contractors must submit their quotes electronically to Debora Wells at debora.wells@usda.gov by September 20, 2024, with a total award amount indicated as $41.5 million, emphasizing the importance of technical specifications and pricing in the evaluation process.