The Library of Congress is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for IT Operational Support Services. This multiple-award contract will cover a broad range of IT services, including operations and maintenance, network support, database management, cloud operations, and independent verification and validation. Individual task orders will be issued on a Firm Fixed Price, Labor Hour, or Time and Materials basis, with a minimum value of $10,000 per contract and a shared maximum aggregate of $150,000,000. The contract emphasizes adherence to the Library’s Systems Development Life Cycle (SDLC) and Federal IT security standards, including NIST and FedRAMP compliance for hosted systems. Contractors must also comply with stringent security, conduct, and personnel fitness requirements, including background investigations and continuous vetting for staff with access to Library facilities or non-public information. Travel may be required and reimbursed as specified in individual task orders. The period of performance for the base contract is five years, from May 1, 2026, to April 30, 2031.
The IT Operational Support Services IDIQ (RFP 030ADV24R0056, Attachment J1 - Pricing Sheet) outlines a comprehensive request for proposals for IT operational support. It details 49 labor categories with corresponding descriptions and a five-year pricing structure, from May 2026 to April 2031. Offerors are required to provide fixed hourly rates for each labor category and year. The document specifies that the Library will use estimated yearly quantities and proposed unit prices to calculate a total evaluated price. Key labor categories include Accessibility Subject Matter Experts, Agile Process SMEs, Business Analysts (Levels I-III), various Communications and Network Specialists, Database Administrators (Levels I-III, II, and III), Hardware and Network Installation Technicians, Project Managers, Subject Matter Experts (Levels I-III), System Administrators (Levels I-III, Avaya), Systems Architects (Levels I-II), Systems Engineers (Levels I-III), System Operators, Systems Programmers, Technical Writers (Levels I-II), Telecommunications Engineers (Levels I-II), Telecommunications Specialists (Levels I-II), Wide Area Network Administrators, and Software Design Engineers (Levels I-II), and Test Engineers (Levels I-III). The RFP emphasizes experience and outlines specific responsibilities for each role.
This Non-Disclosure Agreement (NDA) is for entities responding to the Library of Congress Solicitation #030ADV26R0008, providing confidential information regarding the DC2, DC3, and DC4 Data Center addresses. The agreement defines "Confidential Information" and outlines the recipient's obligations: to hold information in confidence, use it solely for the solicitation response, safeguard it, limit access to essential personnel, and protect it from unauthorized disclosure. Recipients must also inform their employees and contractors of these terms and ensure their adherence. The NDA specifies exceptions where information is not considered confidential, such as publicly known or legally required disclosures. In cases of subpoena, the recipient agrees to notify the Library of Congress in advance. This agreement ensures the secure handling of sensitive government data during the RFP process.
This document outlines a Firm Fixed Price (FFP) order for Data Network Support services for the Library of Congress (LoC) from May 2026 to April 2031, with four option years. The contractor will provide comprehensive technical support for IP data network installation, configuration, maintenance, and management across various LoC facilities in the Washington D.C. Metropolitan area. Key responsibilities include activating end-user data monuments, configuring network devices, troubleshooting OSI layer 1-3 issues, and monitoring network equipment. The scope encompasses both data network and cabling support (estimated 60%) and project-based support (estimated 40%), utilizing tools like Cisco Prime and ServiceNow for task management and alert monitoring. The contractor must adhere to specific service response and resolution times based on ticket priority levels, with a Network Administrator designated as key personnel. Travel to various LoC locations is required, and the government will furnish some property, but the contractor is responsible for most supplies and training tools.
RFP 030ADV24R0056, Attachment J5 is an Initial Order Pricing Sheet for IT Operational Support Services, specifically Data Network Support, dated November 14, 2025. It instructs offerors to provide company information and detailed pricing for labor categories, fixed hourly rates, and hours for services outlined in Attachment J4. The pricing sheet is structured to capture costs for a base year, including Data Network Support and Transition Services, and four option years for Data Network Support. For evaluation, the Library will sum the proposed prices for each year to determine the total evaluated price of the initial order. The document outlines sections for business name, contact information, tax ID, UEI, and prompt payment discount terms, emphasizing a comprehensive pricing breakdown for the IT operational support services.