Integrated Library System
ID: 2031JW25Q00080Type: Combined Synopsis/Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEOFFICE OF THE COMPTROLLER OF THE CURRENCYCOMPTROLLER OF CURRENCY ACQSWASHINGTON, DC, 20219, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for an Integrated Library System (ILS) to enhance its library management capabilities for approximately 3,000 employees. The ILS must support both print and electronic materials, integrate with OverDrive for eBooks, and comply with federal security and accessibility standards, including a Software as a Service (SaaS) model with a 99% uptime guarantee. This procurement is critical for modernizing the OCC's library resources and ensuring efficient access to information while maintaining compliance with applicable regulations. Quotations are due by 5:00 p.m. EDT on July 18, 2025, and interested vendors should direct inquiries to Mark Tewell at mark.tewell@occ.treas.gov or Casey Helman at casey.helman@occ.treas.gov.

    Files
    Title
    Posted
    The document outlines the requirements for an Integrated Library System (ILS) as detailed in RFQ 2031JW25Q00080. It specifies that vendors must complete a requirements matrix detailing how they meet each outlined criterion, including provisions for user access, system integration, and reliability. Key features include a Software as a Service (SaaS) model, 99% system availability, and compatibility with major internet browsers. The ILS should encompass modules for cataloging, circulation, serials, electronic resources, and an Online Public Access Catalog (OPAC), incorporating capabilities such as customizable reporting and automated processes. Additionally, it requires comprehensive technical support, training provisions, a clear implementation plan for migration of data, and a continuity of operations plan to manage system failures. System maintenance and warranty terms outline ongoing support and software upgrade opportunities. Overall, the document serves to guide vendors in providing a robust and user-friendly ILS tailored to the specific needs of the OCC Library while ensuring data integrity, user accessibility, and technical reliability.
    The document titled "2031JW25Q00080 Q&A Template" serves as a query template related to a Request for Quotation (RFQ) in the context of federal government contracting. Its structure outlines a question and answer format, enabling stakeholders to articulate queries regarding the RFQ details, particularly referencing specific parts, paragraphs, and page numbers. Currently, the template includes a blank table with fields for question numbers and sections to detail the corresponding answers and indicate whether these inquiries result in changes to the RFQ. This template aims to facilitate clarity and transparency during the RFQ process, ensuring that potential bidders can seek essential information, thereby promoting fair competition and informed submissions. The document underscores the importance of structured communication in government procurement processes, which ultimately contributes to successful project execution and compliance standards.
    The document addresses a Question and Answer (Q&A) template related to a federal Request for Quotation (RFQ), specifically RFQ 2031JW25Q00080. It highlights an inquiry regarding whether the contract is new or if an incumbent contractor previously held the service responsibilities. The response clarifies that it is not a new contract, providing the current contract number 2031JW21P00008, awarded to SIRSI Corp and set to expire on September 30, 2025. The response indicates that there will be no changes made to the RFQ based on this Q&A. This document is essential for transparency and clarity in the procurement process, ensuring that potential contractors are informed about the context of the contract and the incumbent services involved.
    The OCC Accessibility Conformance Report (ACR) evaluates a product's compliance with accessibility standards based on VPAT® 2.5, WCAG 2.2, and the Revised Section 508 Edition. The report outlines various criteria necessary for ensuring digital content accessibility for users with disabilities. Key areas of evaluation include non-text content, media alternatives, captions, audio descriptions, and the use of color, all aimed at making online materials usable for individuals with visual, auditory, or mobility impairments. The assessment indicates that multiple aspects of the product remain "Not Evaluated," suggesting that it has not been fully tested against important accessibility criteria, particularly those classified under WCAG Level AAA. This report underscores the significance of accessibility in federal RFPs and grants, highlighting the government's commitment to ensuring that digital platforms are inclusive and usable for all citizens, including those with disabilities. The evaluation serves as a critical tool for organizations seeking to fulfill compliance obligations and enhance user accessibility across their services.
    The provided document outlines the pricing schedule for an Integrated Library System (ILS) as part of a federal Request for Proposal (RFP) numbered 2031JW25Q00080. It includes five pricing tiers, which encompass the base system and four optional service years extending from October 1, 2025, to September 30, 2030. Each option year is defined clearly within the pricing assumptions. However, the total amount for these options is presented as unspecified, indicated by a dash. The primary purpose of this document is to solicit bids from potential vendors for the supply and implementation of an ILS, critical for library management and services. By structuring the RFP in a multi-year plan, it demonstrates the government’s intent to establish a long-term partnership with a service provider, ensuring support over an extended period. The document indicates the importance of structured pricing and timelines in government procurement processes, emphasizing compliance with federal regulations in awarding contracts for essential public services.
    The Office of the Comptroller of the Currency (OCC) is soliciting proposals for an Integrated Library System (ILS) to manage its print and electronic resources, providing access to approximately 3,000 employees. The project entails a Firm-Fixed Price contract that includes a base period and four optional one-year extensions, allowing for a total contract duration of up to five years. The ILS must ensure data security, interoperability with the OverDrive eBook platform via API, and compliance with federal accessibility standards. Key requirements for the ILS include a cataloging module adhering to MARC format, circulation and serials management, and a user-friendly Online Public Access Catalog (OPAC). It must offer customizable reports, regular system updates, and 99% uptime, available through a Software as a Service (SaaS) model. The contractor is responsible for comprehensive technical support and employee training. The successful implementation plan must facilitate smooth data migration from the existing system, with strict monitoring of deliverables to ensure functionality and compliance with security protocols. The primary purpose of this RFQ is to secure a reliable, efficient, and user-centric library management solution that aligns with OCC's operational needs and regulatory obligations.
    The Office of the Comptroller of the Currency (OCC) is soliciting proposals for an Integrated Library System (ILS) to manage its library resources effectively. The ILS will support both print and electronic materials, serving approximately 3,000 employees agency-wide. The system must integrate with OverDrive for eBooks, provide a robust Online Public Access Catalog (OPAC), and ensure secure access to bibliographic and patron records. Key requirements include a Software as a Service (SaaS) model compliant with FEDRAMP, high uptime (99%), customizable interfaces, and modular capabilities covering cataloging, circulation, and serials management. The contractor must also supply comprehensive technical support, training, and a detailed implementation plan for transitioning from the current system. The contract will span a base period of one year with four optional one-year extensions and includes stringent security and privacy measures in accordance with federal regulations. This RFQ indicates the OCC's commitment to modernizing its library management capabilities and enhancing accessibility for its staff while maintaining strict compliance with applicable laws.
    Lifecycle
    Title
    Type
    Integrated Library System
    Currently viewing
    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.
    Fiduciary Liability Insurance and Consulting Services
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for Fiduciary Liability Insurance and Consulting Services through Request for Quotation No. 2031JW26Q00011. The OCC requires a qualified specialty lines insurance broker to provide fiduciary liability insurance with a minimum coverage of $10 million, along with consulting services that include expert training for 401(k) Committee members and ongoing support. This procurement is crucial for ensuring the OCC's compliance with fiduciary responsibilities and protecting against potential legal claims related to its 401(k) plans. Interested vendors should note that the solicitation is expected to be posted on SAM.gov by November 7, 2025, and can contact Karen A. Green at karen.green@occ.treas.gov for further information. The estimated contract value exceeds $150,000 and will include a base year plus four optional one-year periods.
    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.
    Notice of Intent to Sole Source – Inside Mortgage Finance Publication
    Treasury, Department Of The
    The Office of the Comptroller of the Currency (OCC) intends to award a firm fixed price contract on a sole source basis to Inside Mortgage Finance Publications for a subscription covering critical regulatory, political, legislative, and market issues in the residential mortgage sector. This subscription will provide essential insights, including mortgage industry statistics, exclusive quarterly rankings of top originators and servicers, and coverage of significant congressional and regulatory actions affecting the industry. The contract period is set from January 8, 2026, to January 7, 2027, with four additional option periods available. Interested parties may submit information by the requested date, as the OCC will consider responses to determine if a competitive procurement is warranted.
    JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking to justify an exception to fair opportunity for the procurement of additional laptops, batteries, and peripherals. This modification aims to enhance the OCC's operational capabilities by ensuring that staff have the necessary equipment to perform their duties effectively. The procurement is critical for maintaining the efficiency of IT and telecom business applications and development support services. Interested parties can reach out to Marlon Holland at marlon.holland@occ.treas.gov or by phone at 202-897-7033 for further details regarding this opportunity.
    OCC’s Supplier Registration Database
    Treasury, Department Of The
    The Treasury Department's Office of the Comptroller of the Currency (OCC) is issuing a Special Notice encouraging vendors to update their information in the OCC Supplier Registration Database. This database is crucial for the agency's early market research and identification of potential business opportunities. With the transition from DUNS numbers to Unique Entity Identifiers (UEI), vendors must provide their UEI ID for registration, obtainable through SAM.gov. The OCC uses this data to inform businesses about events and promote opportunities, particularly for small, minority-, and women-owned businesses, aligning with its commitment to diversity in procurement. To learn about doing business with the OCC, visit their dedicated webpage.
    Notice of Intent to Sole Source - Money Laundering Subscription
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), intends to award a sole-source purchase order to the Association of Certified Anti-Money Laundering Specialists (ACAMS) for a subscription to MoneyLaundering.com. This subscription is essential for the OCC to remain informed about banking regulations, legislation related to anti-money laundering, and various money laundering typologies, as MoneyLaundering.com is recognized as the leading authority in this field. Interested parties may submit their capabilities packages to Linda O'Neil at linda.oneil@occ.treas.gov by 4:00 p.m. ET on December 15, 2025, for consideration, although this is not a request for competitive proposals.
    Support Services at Highlands Ranch Data Center
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency, is seeking support services for the Highlands Ranch Data Center in Colorado. This procurement is based on a sole source justification, indicating that the services required are specialized and not readily available from multiple vendors. The services are crucial for maintaining the operational integrity of IT and telecom data center products, which play a vital role in the department's data management and processing capabilities. For further inquiries, interested parties can contact Karen A. Green at karen.green@occ.treas.gov.
    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.
    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.