Process Application Development IDIQ
ID: 030ADV26R0003Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Library of Congress (LOC) has issued a Solicitation/Contract/Order (030ADV26R0003) for Indefinite Delivery Indefinite Quantity (IDIQ) Business Management Platform Services. This contract, with a base ordering period from June 17, 2026, to June 16, 2031, and an optional five-year extension, aims to secure system hosting, application management, software licensing, maintenance, development, and upgrade services for its existing 32 applications and integrations. The scope includes cloud hosting (preferably AWS GovCloud with High-Level FedRamp certification), platform upgrades, and both production and non-production environment maintenance. The contract sets a minimum order of $200,000 and a maximum aggregate ceiling of $20,000,000. Key requirements include compliance with the Library’s Project Management Life Cycle (PMLC) and System Development Life Cycle (SDLC), information security (NIST SP 800-53, FIPS 140-3), and accessibility standards. The contractor is prohibited from using generative AI without explicit written authorization and must comply with federal records management and IT security training. Travel costs are to be included in the fixed price of task orders.
    The Library's Human Capital Business Management platform will be hosted on an AWS Government Cloud Platform-as-a-Service (PaaS) EC2 instance, utilizing Windows Server 2022 Datacenter and SQL Server 2022. The system operates in a single AWS availability zone without failover. End-users will access the web-based system via HTTPS over an encrypted channel from LCDN to the Library business management platform GovCloud Virtual Private Cloud (VPC) VPN gateway, with no public internet access. The vendor is responsible for the security authorization of the VPC, OS, and business management platform, while the Library handles workflows and data. Network controls are partially inherited from LCDN and AWS Gov Cloud, with the vendor managing configuration and operations. Users will authenticate through an Identity provider with Active Directory access, with roles and privileges enforced via role-based access control (RBAC) groups.
    Attachment J8 is a price quote template for Solicitation #030ADV26R0003, titled “Operations and Maintenance (O&M).” This document outlines the pricing structure for a five-year contract, spanning from June 17, 2026, to June 16, 2031, including a base year and four option years. The template requires offerors to provide details such as their name, IDIQ contract number, UEI number, and point of contact. The core services requested are “O&M Support - LoC Maintenance and Scoped Enhancements” and “O&M Support - Development Requests,” each billed monthly. The document also provides instructions for offerors, emphasizing that they should propose labor categories and rates consistent with their proposed IDIQ rates in “Attachment J5 - Pricing IDIQ Labor Categories and Licenses.” It also lists estimated labor categories like “Project Manager - (Key Personnel)” and “Application Configuration Level III - (Suggested)” for informational purposes.
    The document, "Questions and Clarifications for Solicitation 030ADV26R0003, Business Management Platform Services IDIQ," outlines a series of inquiries and observations related to a government solicitation from the Library of Congress. While the specific content of these questions and the Library of Congress's responses are not detailed in the provided text, the document's structure indicates a formal process of clarification for a Business Management Platform Services Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This suggests the solicitation is for a comprehensive business management solution, and the document serves to address potential ambiguities or concerns from prospective bidders, ensuring a clear understanding of requirements and expectations within the federal contracting framework.
    Attachment J12 outlines the salient characteristics of a Library Business Management System, emphasizing its ability to automate complex Federal HR functions efficiently through low-code/no-code development and drag-and-drop tools. The system provides a centralized workspace for tracking work, collaboration, and offers built-in aggregated application views for enterprise-wide reporting. It ensures ease of use with process-based applications, maintains consistency across roles, and enforces secure governance. Key features include multiple process visibility options (kanban, activity, calendaring, backlog), process monitoring, system analytics for SLA enforcement, and automatic data entry auditing. Customizable forms ensure role-specific access and data security, while advanced UI adjustments cater to accessibility. The system also supports customizable dashboards, automated reports, two-way communication via email and mobile, and the ability to consume and deliver Web Services. It explicitly includes applications described in Attachment J3.
    This document, "Attachment J2 - Library Business Areas," details the comprehensive operational scope of the Library of Congress. It outlines various core business areas including traditional library services (acquisition, preservation, access, and specialized services for the blind and print-disabled), U.S. Copyright services (registration, recordation, and licensing), and Congressional Research services (non-partisan analysis and support for legislative duties). The document also covers critical support functions such as Information Technology and Software Development, Financial Management, Human Capital, Contracts and Grants, Integrated Facilities Support, Security and Emergency Preparedness, Business Enterprise services (including FEDLINK), Communication, Development (fundraising), Records Management, Legal and Regulatory, and Leadership and Management. A key theme across many areas is modernization and the implementation of new systems to enhance efficiency and service delivery, reflecting the Library's commitment to evolving its operations to better serve Congress and the public.
    The Quality Assurance Surveillance Plan (QASP), dated August 8, 2025, outlines the evaluation framework for contractor performance in implementing the Statement of Work (SOW). It details an effective surveillance method for monitoring contractor actions against objectives listed in the Performance Requirements Matrix. The contractor is responsible for quality control, while the COR ensures task order standards are met. The plan emphasizes evaluating deliverables such as tested code, properly styled code, code quality, planned vs. actual work completed, accessible web content, deployed code, QA and software testing, and documentation. Surveillance methods include automated testing, manual spot-checking, SonarQube reports, JIRA velocity charts, automated scanners for accessibility, and manual reviews. Procedures involve COR, OCIO Technical Lead, and product owner inspections at the conclusion of each sprint. Deficiencies lead to discussions and corrective actions, with incomplete work carried over or re-performed. Uncorrected defects may result in a reduction of the task order price. The COR maintains a comprehensive quality assurance file throughout the call order life.
    The provided government file, likely an RFP or grant document, outlines requirements for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focusing on labor categories and software licenses. It details various labor categories, including Accessibility Subject Matter Expert, Program Manager/Process SME, Application Configuration Level III, Business Analyst Level II, Cloud Architect III, Project Manager Level III, Quality Assurance Analyst, and Technical Writer Level I, specifying years of experience and detailed descriptions for each. Contractors are required to provide a 10-year hourly rate breakout for these categories, with an additional 5-year option period. The document also specifies licensing requirements for current software running on LOC servers, requesting pricing for both single and tiered licenses over a 10-year period (a 5-year base and a 5-year option). The listed licenses are primarily for "Brand Name or Equal" SBM and SRC products, categorized by usage (e.g., Content User, Production Server, Named User, Concurrent User) and tiered by user count. The offeror is expected to provide their own descriptions and unit of measure if their commercial structure differs from the LOC's desired structure.
    The document outlines a federal government Request for Proposal (RFP) for
    This document outlines Task Order 1 for Licensing, Hosting, and Implementation services, primarily for the 'Brand name or Equal “SBM”' software, under Solicitation #030ADV26R0003. The period of performance is from April 1, 2026, to March 31, 2031, including a base year and four option years. Offerors must complete two tabs: 'Licensing' and 'Hosting & Other Serv.' The Licensing tab requires pricing for annual licenses, with discounts off IDIQ prices, based on user tiers. The Hosting & Other Services tab details pricing for hosting, professional services (including Project Manager and Application Configuration Level II), and a specific CLIN (0004) for implementation costs of non-SBM solutions, not to exceed 12 months. The Library provides existing license quantities for reference. Offerors need to adjust labor categories as needed for their proposed staffing.
    This document outlines a Statement of Work (SOW) for the Library of Congress (LOC) seeking maintenance and enhancement services for five business management platform applications. The applications support the Congressional Research Service (CRS) (AskCRS, CRS New Hire Approval, TrainCRS Requests Approval) and the Chief Operating Officer (COO) (COO Interagency Agreement (Form 1702), COO Proposal Development Requests). The contractor will provide firm fixed-price services, including configuration enhancements, with an estimated 60 hours of work per application annually. Key requirements include project management, continuous development planning, adherence to LOC's System Development Life Cycle (SDLC), and compliance with security and accessibility standards to obtain Authorization to Operate (ATO). The contractor must deliver monthly status reports and application-specific maintenance reports. Staffing requires a Project Manager with government and Federal HR solution experience, and an Application Configuration Level III specialist. The LOC will provide necessary government-furnished property and information.
    This government file details various IT-related issues, enhancements, and projects across multiple departments, including Onboarding, AskHCD, SBM/RMS Integration, and Workforce Performance Management (WPM). Key issues include an SBM/RMS integration failure due to user privileges, addressed by invoking events via a service account. Onboarding improvements focus on removing update buttons after subtasks are created and making the AskHCD request number mandatory for non-standard service credits. The document also lists numerous other minimal to major enhancements and issues related to web forms, workflow/process, data maintenance, and scripting, with estimated efforts ranging from 1-3 days to 4+ months. These efforts often involve QA/Systems testing, and some include User Acceptance Testing (UAT) and Change Control Board (CCB) review. The file highlights ongoing efforts to refine and optimize governmental IT systems and processes.
    The Library of Congress requires a cloud-based business management platform to support 38 existing applications and integrations for various service units. The current system is OpenText's Solutions Business Manager Software (SBM), and the Library is open to
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Library of Congress - Braille Transcription IDIQ
    Library Of Congress
    The Library of Congress is seeking proposals for Braille Transcription services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at supporting the National Library Service for the Blind and Print Disabled. The contractor will be responsible for transcribing English and Spanish reading materials into braille, utilizing automated translation software, with a focus on producing high-quality, accessible content for individuals unable to read standard print due to visual or physical limitations. This initiative is crucial for enhancing the availability of reading materials for over 170,000 titles currently offered by the National Library Service, which adds thousands of new titles annually. Proposals are due by January 6, 2026, at 12:00 PM EST, and interested parties can direct inquiries to Lianne Carroll at lcarroll@loc.gov or Jennifer Zwahlen at jzwa@loc.gov. The contract has a minimum value of $5,000 and a maximum of $5,000,000, with a performance period spanning from March 17, 2026, to March 16, 2028.
    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.
    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.
    Notification of Library of Congress Agile IDIQ Contract Ceiling Price Increase
    Library Of Congress
    The Library of Congress is notifying interested parties about a modification to the Agile Indefinite Delivery Indefinite Quantity (IDIQ) contract, which has resulted in an increase to the shared ceiling price on a sole-source basis. This adjustment is in accordance with FAR regulations and pertains to IT and telecom business application/application development support services, which are critical for the Library's operational efficiency. The modifications are documented in a redacted class justification and approval document, which provides further details on the decision. For inquiries, interested parties can contact Quinn Cartheuser at qcart@loc.gov or by phone at 202-707-2339, or reach out to Veronica Price at vprice@loc.gov or 202-707-9335.
    Intent to Sole Source: LegisPro BillCompare Licenses from Xcential Corporation
    Library Of Congress
    The Library of Congress intends to award a sole source contract to Xcential Corporation for LegisPro BillCompare licenses, as outlined in their notice of justification. This procurement aims to secure specialized software as a service that is critical for legislative comparison and analysis, which supports the Library's operational needs. The contract is expected to enhance the Library's capabilities in managing legislative documents effectively. Interested parties may submit a capability statement or proposal to the designated contacts, Quinn Cartheuser and Michael Schuman, by May 19, 2023, at 5 PM ET for consideration in the acquisition strategy.
    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.
    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.
    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.
    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.