Library of Congress - IT Auditing Services IDIQ
ID: 030ADV25R0017Type: Solicitation
Overview

Buyer

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

NAICS

Offices of Certified Public Accountants (541211)

PSC

SPECIAL STUDIES/ANALYSIS- ACCOUNTING/FINANCIAL MANAGEMENT (B547)
Timeline
    Description

    The Library of Congress is seeking qualified contractors to provide IT Auditing Services through a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to conduct independent audits, evaluations, and reviews of the Library's IT systems, focusing on areas such as software applications, infrastructure, and security, under the oversight of the Office of the Inspector General. This procurement is crucial for enhancing operational efficiency and ensuring compliance with federal standards, particularly in maintaining confidentiality and data security. The contract period spans from May 12, 2025, to May 11, 2030, with interested parties encouraged to contact Ramon Samuel at rsamuel@loc.gov or Moji Adejuwon at moad@loc.gov for further details. Proposals must include a completed Past Performance Questionnaire by April 7, 2025, and adhere to the pricing structure outlined in the provided documents.

    Point(s) of Contact
    Ramon Samuel
    rsamuel@loc.gov
    Moji Adejuwon
    moad@loc.gov
    Files
    Title
    Posted
    The document titled "030ADV25R0017 - Attachment J-1 Price Schedule" outlines the pricing structure for labor rates associated with IT services in response to a federal government Request for Proposals (RFP). It specifies several labor roles—such as IT Engagement Partner, IT Manager, and IT Supervisory Senior Auditor—each to be billed by labor hours at annual prices across the Base and Option periods. Offerors are instructed to fill in their rates for each role for the specified solicitation periods and are encouraged to include additional roles or discounts. The emphasis on fully burdened labor hours indicates a focus on comprehensive labor costs, taking into account overhead and additional expenses. Overall, the document serves as a pricing template for contractors responding to RFPs, facilitating accurate and competitive bidding for government contracts while ensuring transparency in labor costs.
    The Past Performance Questionnaire aims to evaluate a contractor's suitability to provide Information Technology auditing services for the Library of Congress. It requests feedback on the contractor's past performance from current or previous customers and emphasizes the importance of this information for proposal evaluation. The questionnaire outlines a rating system—ranging from Outstanding to Unsatisfactory—for assessing various performance metrics such as overall management, quality of services, project management efficacy, compliance with schedules, and communication effectiveness. Respondents are instructed to submit the completed questionnaire by April 7, 2025, to designated contacts. Additionally, specific company information is required, including contract details and descriptions. The emphasis on gathering detailed performance evaluations underscores the significance of past performance in determining the contractor's capability, reflecting potential future success in fulfilling contractual obligations for the Library.
    The Library of Congress is soliciting a contractor to assess its cybersecurity controls and determine optimal maturity levels for cost-effective information security. Following the IT infrastructure transformation, the Office of the Chief Information Officer (OCIO) aims to ensure alignment with its strategic objectives while adopting federal best practices, even though it is not bound by certain federal acts. The contractor will evaluate the effectiveness of the Library's information security program utilizing a maturity model across key metrics, such as data encryption, data breach response, and system backup processes. The work will require a structured approach, including onboarding documentation, preliminary meetings, progress reporting, and formal evaluations leading to final findings and recommendations. Deliverables must be submitted within specified timeframes, and all produced materials will belong to the government. The contractor is expected to maintain quality control and undergo security clearance for their personnel. The primary performance period extends from October 9, 2024, to August 9, 2025. This solicitation underscores the Library's commitment to enhancing its security posture through comprehensive assessment and adherence to best practices.
    The document outlines a price schedule for a government Request for Proposal (RFP), specifying deliverables, their respective due dates, and percentages of the total contract amount associated with each deliverable. The two key deliverables include the Evaluation Plan, due no later than 15 business days after the preliminary planning meeting, which accounts for 10% of the contract amount, and the Draft Report, due no later than 15 business days after the completion of Final Non-Functional Requirements (NFRs), representing 50% of the contract value. Offerors are required to provide firm fixed prices for these items and to detail labor categories, including unit rates and totals. The contract total must be calculated based on these details. This document reflects the structured requirements typical for governmental procurement processes, ensuring clarity on financial expectations and timelines for potential contractors.
    The document outlines a government Request for Proposal (RFP) issued by the Library of Congress for IT Auditing and Evaluation Services. It details the need for an independent contractor to perform audits, evaluations, and reviews of the Library's IT systems under the Office of the Inspector General. The contract will be a multiple award Indefinite Delivery Indefinite Quantity (IDIQ), with a period of performance from May 12, 2025, to May 11, 2030, emphasizing various IT areas, including software applications, infrastructure, and security. Key deliverables include performance audits and independent evaluations adhering to government standards, with confidentiality and security requirements firmly established. Contractor personnel must maintain non-disclosure agreements, undergo mandatory training, and have qualifications specific to federal IT environments. Additional provisions address subcontractor management, employee fitness, and restrictions on using generative AI technologies, all of which reflect the document's emphasis on compliance, accountability, and security within federal operations. The overarching aim of this procurement is to enhance operational efficiency and effectiveness at the Library of Congress while maintaining rigorous standards for confidentiality and data security.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Library of Congress - Auditing Services IDIQ
    Buyer not available
    The Library of Congress is seeking qualified contractors to provide independent auditing and evaluation services through a Request for Proposals (RFP) for the Office of the Inspector General (OIG). The contract, which spans from May 12, 2025, to May 11, 2030, aims to conduct audits, evaluations, and inspections, excluding financial statement audits and IT-related reviews, with a maximum value of $5 million for all orders. This initiative is crucial for ensuring compliance with Government Auditing Standards and enhancing operational efficiency within the Library's programs, particularly focusing on projects like the Veterans History Project. Interested parties should contact Ramon Samuel at rsamuel@loc.gov or Moji Adejuwon at moad@loc.gov for further details, and must adhere to the proposal submission guidelines outlined in the solicitation documents.
    Lasergraphics 5K+ Scan Station Service - Library of Congress
    Buyer not available
    The Library of Congress is seeking a contractor to provide maintenance and support for its Lasergraphics 5K+ Scan Station scanning system, which is crucial for the digitization of motion picture films. The contract will cover a service agreement for one year, with the option to renew for up to four additional years, ensuring unlimited technical support and the availability of factory-trained personnel and certified parts. This procurement is vital for the Library's film preservation efforts, allowing continued access to its audiovisual collections for both Congress and the public. Interested parties can contact Colleen Daly at cdaly@loc.gov or Jennifer Zwahlen at jzwa@loc.gov for further information, with the contract period estimated to run from May 15, 2025, to May 14, 2029.
    Library of Congress Media Module Cards, Brand-Name
    Buyer not available
    The Library of Congress is seeking to procure specific Avaya brand Media Module Cards through a federal contract, classified as a Firm-Fixed-Price agreement. The procurement is essential to support existing voice switch systems, as only Avaya products are compatible, ensuring operational continuity before software support for current systems ends in December 2025. The estimated contract value is up to $250,000, with a performance period from April 1, 2025, to September 30, 2025, and delivery expected within 60 days post-award. Interested vendors can contact Charles Hertenstein at chertenstein@loc.gov or John Nix at jnix@loc.gov for further details.
    Integrated Library System
    Buyer not available
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking contractor support for an Integrated Library System aimed at enhancing the management of its extensive library resources. This system will facilitate cataloging, acquisitions, circulation, and electronic resource management for over 700,000 bibliographic titles, 80,000+ electronic journals, and more than 400,000 eBooks, ultimately providing user-friendly online access and robust reporting capabilities. The USPTO plans to award a five-year contract valued at approximately $1,234,081 to the sole vendor, Ex Libris Alma/Primo, following market research that identified them as the only qualified source. Interested parties can reach out to Andrew Spinazzola at andrew.spinazzola@uspto.gov or call 571-270-7994 for further information, with the expected award date set for March 31, 2025.
    Cataloging Webinars for Federal Librarians
    Buyer not available
    The Library of Congress, through its Federal Library and Information Network (FEDLINK), is seeking qualified contractors to provide online professional development training for federal library staff, specifically focusing on cataloging skills. The training program will consist of beginner, intermediate, and advanced webinars, accommodating a maximum of 25 participants per session, with a minimum registration requirement of five attendees to proceed. This initiative is crucial for enhancing the capabilities of federal librarians in maintaining and improving access to federal agency collections. The contract is structured as a firm-fixed-price agreement, running from April 14, 2025, to April 13, 2026, and interested parties can reach out to Tariq Miakhel at tmiakhel@loc.gov or Elinda Deans at ehar@loc.gov for further details.
    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) for various supplies and services. The procurement aims to enhance the Library's retail offerings, including retail merchandise, archival prints, e-books, and inventory management services, thereby improving public engagement and operational efficiency. This initiative is crucial for providing high-quality educational products that align with the Library's mission while promoting participation from small businesses, including women-owned and service-disabled veteran-owned enterprises. Interested vendors should contact Abby Schultz at aschultz@loc.gov for further details, and they must ensure compliance with federal regulations and guidelines as outlined in the solicitation documents.
    Library of Congress - Sole Source Notice for Theater Screen Warranty
    Buyer not available
    The Library of Congress is seeking to award a sole source contract for an extended warranty service agreement for its theater screen and masking systems at the Packard Campus Theater. The selected contractor, BASSEC, LLC, will provide essential services including annual maintenance visits, repairs, and help desk support, ensuring the operational integrity of the custom-designed motorized masking system and screen. This procurement is critical as it addresses the unique technological needs of the Library, with the contract set to span from June 15, 2025, through June 14, 2030, and includes multiple option years. Interested parties can direct inquiries to James Robinson at jarobinson@loc.gov or Lianne Carroll at lcarroll@loc.gov for further details.
    Founding Phrases Exhibit - Audio Visual (AV) & Interactive Experience Services
    Buyer not available
    The Library of Congress is seeking proposals for the "Founding Phrases Exhibit," which involves the provision of audio visual (AV) and interactive experience services. The selected contractor will be responsible for developing and installing interactive audiovisual experiences across six stations in the Library's new "Treasures Gallery," with deliverables spanning research, design, production, and installation phases. This initiative aims to enhance public engagement and educational outreach related to the Declaration of Independence, emphasizing the importance of innovative and accessible museum-quality experiences. Interested contractors should contact Eric Pacheco at erpacheco@loc.gov or Ramon Samuel at rsamuel@loc.gov for further details, with key deliverables scheduled from August 29, 2025, to February 28, 2026, and compliance with wage determinations outlined in the associated documents.
    Unified Storage Requirement
    Buyer not available
    The Library of Congress is seeking proposals for a unified storage system to manage its Tier-1 and Tier-2 data, with a focus on both Block and NAS storage solutions. The system must be hosted on-premises and support a variety of applications and data types, including essential disaster recovery capabilities, while ensuring compatibility with multiple protocols and robust security features. This initiative is crucial for enhancing data management and disaster recovery processes, emphasizing the need for a secure, reliable, and scalable storage solution. Interested vendors should contact Charles Hertenstein at chertenstein@loc.gov for further details regarding the proposal requirements and submission process.
    U.S. Senate Information Technology Support Contract (ITSC) V
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms, is seeking proposals for the Information Technology Support Contract (ITSC) V, aimed at providing comprehensive IT services to support Senate operations. The contract will encompass essential services such as workstation and server support, help desk services, software installations, and hardware procurement and maintenance across approximately 140 Senate entities nationwide. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is structured with a two-year base period and options for four additional one-year renewals, contingent upon funding availability. Interested vendors can contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321 for further details regarding the solicitation process.