Window Treatment Products and Related Services
ID: 030ADV25R0021Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Window Treatment Retailers (449122)

PSC

DRAPERIES, AWNINGS, AND SHADES (7230)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:00 PM UTC
Description

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.

Point(s) of Contact
Melinda Dawson
mdawson@loc.gov
David Leonard
dleonard@loc.gov
Files
Title
Posted
Mar 24, 2025, 9:05 PM UTC
The document outlines a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract from the Library of Congress, specifically for the provision of window treatments and related services. The contractor will be responsible for supplying and installing various window treatment products, including draperies, blinds, and shades, across multiple Library facilities. Key responsibilities include managing task orders, ensuring compliance with specifications and safety standards, and performing necessary repair and cleaning services for existing installations. The contract requires adherence to security protocols for accessing Library premises, and contractors must provide safety data sheets for used chemicals. The delivery of products must align with strict logistics and security procedures, and the contractor must possess relevant experience and quality certifications for installation and project management. Additionally, the contract specifies conditions for evaluating contractor performance and managing key personnel involved in the project. This initiative aligns with government procurement processes by emphasizing qualified service providers and stringent operational compliance within government facilities.
Mar 24, 2025, 9:05 PM UTC
The document outlines a federal Request for Proposals (RFP) for a Window Treatment Indefinite Delivery Indefinite Quantity (IDIQ) contract. It includes details regarding labor categories, rates across five years, and requirements for pricing based on task orders. Offerors must submit price lists with applicable discounts for various product lines, such as window treatments and hardware. Two task orders are specified, detailing item descriptions, costs, and stipulations against travel cost reimbursements. Labor categories and rates are structured for both regular business hours and after-hours work. This document is essential for vendors interested in bidding on federal contracts related to window treatment installation and service, aiming to ensure competitive pricing and clarity in labor costs for the potential federal client. The overall purpose is to establish a framework for managing and pricing tasks associated with window treatment installations and services over the duration of the contract.
Mar 24, 2025, 9:05 PM UTC
The document outlines the specifications and requirements for a project to replace window treatments in the Conference Room of the Library of Congress. The project, managed by the Office of the Chief Operating Officer, involves the removal of existing drapes and installation of new operable floor-to-ceiling drapes and a valance, made from inherently fire-retardant fabric compliant with NFPA 701 standards. Detailed requirements include the drapes' size, material, fullness, and operational options. The contractor must ensure the products are delivered and installed within a 60-day timeframe, coordinating closely with the Library's Contracting Officer’s Representative (COR). Installation services stipulate a thorough review of materials before installation, proper dismantling procedures, cleanliness standards post-installation, and adherence to safety regulations throughout the process. A kick-off meeting is required to establish project plans. This task order highlights federal procurement procedures, emphasizing compliance and operational efficiency within public sector renovations.
Mar 24, 2025, 9:05 PM UTC
The Statement of Work (SOW) for Task Order #2 details the replacement of window treatments at the Library of Congress. The project, managed by the Office of the Chief Operating Officer, requires the installation of operable floor-to-ceiling sheer drapes made from inherently fire-retardant fabric that meets NFPA 701 standards. The contractor is responsible for all site measurements, delivery, installation, and ensuring compliance with safety regulations throughout the process. Key tasks include dismantling existing window treatments, coordinating delivery with the Contracting Officer's Representative (COR), and adhering to specified installation guidelines. The installation will take place during after-hours to minimize disruption. The period of performance is set for 60 days from the task order award, with detailed scheduling and coordination outlined for all phases of the project. Overall, this SOW emphasizes the importance of compliance with design standards, site safety, and effective communication between stakeholders.
Mar 24, 2025, 9:05 PM UTC
The U.S. Department of Labor's Wage Determination No. 2015-4281 outlines wage rates and conditions for contracts subject to the Service Contract Act (SCA) in the District of Columbia, Maryland, and Virginia. Contracts entered into or renewed after January 30, 2022, require a minimum wage of $17.20 per hour under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum wage of $12.90 per hour as per Executive Order 13658. The document details wage rates for various occupations, including administrative support, automotive service, health occupations, and many others, alongside corresponding fringe benefits. Furthermore, it specifies requirements for paid sick leave and covers health and welfare benefits. The file also provides a process for adding unlisted job classifications under the wage determination. Overall, this document serves to ensure compliance with federal labor standards and worker protections within government contracts, indicative of the federal government's commitment to fair labor practices.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
Braille Transcription and Production IDIQ
Buyer not available
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.
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.
ICI Hotel J&A
Buyer not available
The Library of Congress is seeking a contractor to provide lodging services for participants of the International Copyright Institute (ICI) educational program, which will take place from September 13 to September 21, 2025. The procurement involves supplying 26 hotel rooms in the vicinity of the Library of Congress, with specific requirements including queen beds, in-room safes suitable for laptops, and kitchen facilities featuring a refrigerator and microwave oven, all at GSA Per Diem rates. This initiative is crucial for educating foreign government officials from developing countries about U.S. Copyright law and policy, thereby fostering international collaboration. Interested vendors should contact Loren Fekete at LFekete@loc.gov or by phone at 202-961-5312 for further details regarding this opportunity.
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.
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.
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.
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.
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.
Notice of Sole Source - 2025 ALA Annual Conference Space Rental
Buyer not available
The Library of Congress is seeking to rent exhibit space for its booth at the 2025 American Library Association (ALA) annual conference, scheduled for June 27-30, 2025, at the Pennsylvania Convention Center in Philadelphia, PA. The contract requires the provision of 1,200 square feet of booth space with four corners, with setup beginning on June 25, 2025, and removal occurring from June 30 to July 1, 2025. This rental is crucial for the Library's participation in the ALA conference, a significant event for library and information professionals, allowing the Library to engage in educational outreach about its collections and services. Interested parties can contact Eric Pacheco at erpacheco@loc.gov or Brian D. Curl at bcurl@loc.gov for further information, noting that the contract is valued below $250,000 but above $25,000, and proposals from other parties are not being accepted.