Library of Congress - Photochemical Lab Maintenance and Repair
ID: 030ADV25R0027Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PHOTOGRAPHIC EQUIPMENT (J067)
Timeline
    Description

    The Library of Congress is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the maintenance and repair of photochemical lab equipment at the National Audio Visual Conservation Center (NAVCC) in Culpeper, Virginia. The contract will cover essential services such as preventive maintenance, emergency repairs for plumbing systems, and servicing of silver recovery systems, ensuring the functionality and compliance of specialized lab equipment used for film preservation. This procurement is critical for maintaining the integrity of audiovisual collections, with a total contract value not exceeding $7.5 million over a five-year period. Interested contractors must submit their proposals electronically by May 19, 2025, and can direct inquiries to James Robinson at jarobinson@loc.gov or Lianne Carroll at lcarroll@loc.gov.

    Point(s) of Contact
    James Robinson
    jarobinson@loc.gov
    Lianne Carroll
    lcarroll@loc.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Library of Congress for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on maintenance and repairs at the National Audio Visual Conservation Center (NAVCC). The contract, awarded to a qualified contractor, mandates services such as preventive maintenance, emergency repairs for plumbing systems in the photochemical processing lab, and the servicing of silver recovery areas. The contract spans a five-year period, with a total value not exceeding $7.5 million. Key requirements include annual preventive maintenance visits, availability for emergencies, and the provision of parts as needed, with all costs subject to approval by the Contracting Officer Representative (COR). The document emphasizes the importance of ensuring access to preserved collection materials and highlights compliance with federal guidelines. It includes detailed maintenance and inspection specifications and guidelines for services related to plumbing systems, demonstrating the Library's commitment to preserving crucial audiovisual materials while adhering to safety and environmental regulations.
    The document is an amendment to a solicitation issued by the Contracts and Grants Directorate of the Library of Congress. It outlines important changes including the amendment of the solicitation issue date from May 7, 2025, to April 16, 2025, and the offer due date from April 30, 2025, to May 7, 2025. Additionally, it modifies the ordering clause (Section I, clause 52.216-18), which specifies that orders for supplies and services can be placed from June 30, 2025, through December 29, 2030. The amendment requires offerors to acknowledge receipt through specified methods prior to the designated offer hour and date. Overall, the document maintains that all other contractual terms remain unchanged, emphasizing proper communication and compliance with established procedures for the bidding process. This amendment is part of the federal government's procurement process, ensuring clarity and accuracy in contract modifications.
    The document outlines an amendment to solicitation 030ADV25R0027 issued by the Library of Congress, extending the proposal submission deadline from May 7, 2025, to May 19, 2025. Key modifications include adjustments to section numbering and the inclusion of additional attachments, specifically for quality assurance. The solicitation requests proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for services related to the maintenance and repair of equipment at the Library’s motion picture laboratory. Submission guidelines specify that offers must be sent electronically, include a formal quote, and were to utilize specific formats (Microsoft Office or Adobe). Proposals are divided into three volumes: technical, past performance, and price proposal, each with distinct requirements and limits. Technical proposals should address the offeror’s approach and technician qualifications. The past performance proposal requires references demonstrating relevant experience, while the price proposal must include detailed cost estimates. Overall, the amendment serves to clarify submission requirements, timelines, and expectations for potential contractors, facilitating a smoother proposal process as part of the federal contracting system.
    The document pertains to Request for Proposals (RFP) 030ADV25R0027 focused on the maintenance and repair of photochemical lab equipment and silver recovery systems. It outlines service ordering periods, delineated as quarterly services over five periods, with a standard quantity set at four per quarter. The price estimation sections include emergency pricing and various reimbursable parts, although specific financial figures are not provided in the text. The requirements emphasize adherence to a specified Excel format for price submissions due to the Library's capabilities. This RFP likely aims to ensure ongoing functionality and compliance of specialized lab equipment, highlighting the importance of effective service management in federal projects related to environmental and operational safety standards.
    The document details specifications and equipment related to film processing, specifically plumbing components and tanks utilized within the mixing areas. It highlights elements such as Mezzanine Replenisher Tanks, Transfer Pumps, and the SilvPAC Control Panels (both interior and exterior). The structured list focuses on essential aspects of film processing infrastructure, likely aimed at informing or fulfilling requirements for federal or state-level Requests for Proposals (RFPs) or grants related to film processing technology. The emphasis on specific equipment suggests a project that necessitates careful attention to technical specifications and operational efficiency, common in government-funded projects aimed at ensuring quality and compliance within film processing settings. Overall, this file serves as a reference for technical elements needed in the film processing industry while aligning with governmental procurement processes.
    This document addresses inquiries regarding the Request for Proposals (RFP) 030ADV25R0027 issued by the Library of Congress (LOC). It confirms a site visit scheduled for May 16, 2025, and clarifies submission requirements for the Price Proposal, directing Offerors to complete the Schedule of Services and Prices chart in Section B.2 and submit an Excel version of Attachment J-1 without needing to submit the chart in Section B.3. Preventive maintenance services must be conducted during standard operating hours from 8 AM to 5 PM. The document clarifies that contractors do not need the NAICS code 811310 in their SAM.gov representations, and that proposals must be submitted via email, not through SAM.gov. Furthermore, costs for repairs must be included in the firm fixed price, while parts will be considered reimbursable with prior approval from the Contracting Officer's Representative (COR). Overall, the document aims to assure clarity and compliance in the proposal submission processes and cost structure related to maintenance services required by the LOC.
    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.
    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.
    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.
    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.
    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.
    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.
    Process Application Development IDIQ
    Library Of Congress
    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.
    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.
    J059--Audio Visual Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the sole source procurement of preventative and unscheduled maintenance for the Audio/Visual (A/V) system located at the Martinsburg Office of Emergency Management. The primary objective is to ensure the functionality and reliability of the A/V system across three conference rooms (208, 212, and 221) through a structured preventative maintenance cycle, which includes inspections, firmware updates, and troubleshooting support. This A/V system is critical for displaying situational awareness information during emergencies, and the original installer, Colossal Contracting LLC, possesses the proprietary knowledge and warranties necessary for its maintenance. The contract, identified by solicitation number 36C24526Q0176, will be a firm fixed-price agreement for one base year, with an anticipated performance period from February 15, 2026, to February 14, 2027. Interested parties can reach out to Cassie White at cassie.white@va.gov for further information.