Intent to Sole Source - Expanded Orientation Gallery Design
ID: LCCEI21C0010Type: Special Notice
Overview

Buyer

LIBRARY OF CONGRESSLIBRARY OF CONGRESSUS

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    Special Notice LIBRARY OF CONGRESS intends to award a sole source contract to Lee H. Skolnick Architecture & Design Partnership for expanded design services necessary for the Library's Orientation Gallery. The service being procured is the design of an expanded Orientation Gallery for the Library of Congress. This gallery will be used to provide orientation and information to visitors of the Library. The contract will be awarded to Lee H. Skolnick Architecture & Design Partnership, located at 75 BROAD STREET SUITE 2700 NEW YORK, NY 10004 UNITED STATES. The place of performance for this contract is Washington, DC, with a zip code of 20540, in the United States. This is not a request for solicitations.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The document provides a justification for contracting with Lee H. Skolnick Architecture & Design Partnership without open competition for additional design services related to the Library of Congress's Visitor Experience Master Plan. It emphasizes that Skolnick is uniquely qualified to meet the Library's design needs and that pursuing another vendor would lead to significant delays and additional costs, jeopardizing the project's timeline. The justification outlines the Library's urgency and necessity for continuity in the project's aesthetic and conceptual design.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Exhibit Design Services
    Active
    Library Of Congress
    The Library of Congress is seeking experienced exhibit design firms to provide design services for the upcoming "Founding Phrases" exhibition, which will commemorate the legacy of the Declaration of Independence. The selected contractor will be responsible for creating innovative designs for approximately 100 historical artifacts, ensuring compliance with museum-quality conservation and security standards, while also adhering to accessibility guidelines throughout the design process. This project is significant as it aims to enhance public engagement with the Library's collections and promote historical education, with the contract expected to span from December 2024 to April 2026, culminating in the exhibition opening in March 2026. Interested parties can contact Olexiy Levchuk at olevchuk@loc.gov or Moji Adejuwon at moad@loc.gov for further details.
    Intent to Sole Source - Raiser's Edge (RE NXT Renewal Subscription)
    Active
    Library Of Congress
    The Library of Congress intends to sole source a contract for the renewal of its subscription to the Raiser’s Edge NXT software, which is critical for its fundraising and event management operations. This procurement will encompass training, software upgrades, patches, troubleshooting, and hotline support, ensuring the Library maintains continuity in its operations. The justification for this sole-source acquisition highlights the proprietary nature of the software and the significant challenges associated with transitioning to an alternative system. The contract is expected to run from November 2024 to October 2028, with an estimated total value linked to multiple option periods. Interested parties can contact Kevin Barnes at kbarnes@loc.gov or 202-251-8024 for further information.
    LC13017A, Sprinkler Systems Replacement for Collections, John Adams Building (JAB), Library of Congress
    Active
    Architect Of The Capitol
    The Architect of the Capitol is seeking a qualified contractor for the Sprinkler Systems Replacement for Collections at the John Adams Building (JAB) of the Library of Congress in Washington, DC. The project involves the removal of the existing copper sprinkler system and the installation of a new black steel system, along with modifications to the fire alarm system, floor deck repairs, lighting adjustments, and hazardous material abatement. This procurement is critical for ensuring the safety and preservation of valuable collections housed within the facility. The estimated contract value ranges from $25 million to $28 million, with a completion timeframe of 1,016 calendar days from the Notice to Proceed. Interested bidders must submit their proposals by October 5, 2024, and can contact Charvey Smith at charvey.smith@aoc.gov for further information.
    FEDLINK ELECTRONIC RESOURCES SOLICITATION
    Active
    Library Of Congress
    The Library of Congress is seeking proposals for the FEDLINK Electronic Resources Solicitation, aimed at acquiring commercial electronic information resources and library support services for federal agencies. The procurement involves multiple indefinite delivery, indefinite quantity (IDIQ) contracts, with a focus on providing electronic databases, document delivery services, and specialized product integrations, ensuring streamlined access to vital information resources across federal libraries and information centers. Interested vendors must submit firm-fixed prices and may propose volume discounts, with the contract set to commence on January 1, 2025, and potentially extend for three additional one-year periods. For inquiries, interested parties should contact Tariq Miakhel at tmiakhel@loc.gov or Elinda Deans at ehar@loc.gov, referencing solicitation number LCFDL24R0029.
    Special Notice - Intent to Award Sole Source
    Active
    National Archives And Records Administration
    The National Archives and Records Administration (NARA) intends to award a sole source fixed-price contract to Diebold Nixdorf, Inc. for essential preventative maintenance and support services for the Charters Vaults and Integrated Automated Retraction Systems. This procurement aims to ensure the continuous operation and display of the Charters of Freedom, which are critical to NARA's mission, by providing quarterly maintenance, emergency services, and optional upgrades. The contract, structured for a base year with four option years, is justified under FAR Part 13 Simplified Acquisition Procedures due to the unique and proprietary nature of the systems involved. Interested parties must submit proposals by 12:00 p.m. on September 20, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Cynthia Jones at Cynthia.Jones@nara.gov or Sheila Drumheller at Sheila.Drumheller@nara.gov.
    Notice of Intent to Award Single Source Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center at Hanscom Air Force Base, intends to award a sole source contract to H.V. Collins Company for the expansion of the Hanscom Special Access Program Complex. This contract will involve a design-bid-build Firm Fixed Price (FFP) approach to support space modernization efforts, including demolition, installation of wiring and alarm systems, and other construction-related services, along with initial design support from the current architect-engineer firm. The procurement is critical for accommodating the Air Force Program Executive Office for Command, Control, Communications, and Battle Management, ensuring the continued expansion of operations at Hanscom AFB. Interested parties may submit capability statements to Geoffrey Siracusa or David Conquergood by email no later than September 19, 2024, as this notice is not a Request for Proposal and does not guarantee contract award.
    F--NOTICE OF INTENT TO AWARD SOLE SOURCE FOR Desoto NWR Bertrand Collection Museum
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the conservation of artifacts from the Bertrand Collection at DeSoto National Wildlife Refuge to the Nebraska Historical Society. This specialized museum conservation work is critical due to the fragility of the artifacts, which necessitates expertise and proximity to minimize risks associated with transportation and handling. The Nebraska Historical Society has been recognized as the only responsible source capable of performing this complex work, having established a trusted relationship with the USFWS and demonstrated consistent quality in artifact care. Interested parties may submit a statement of capabilities to Renee Babineau at reneebabineau@fws.gov, but no telephone inquiries will be accepted. The contract is expected to be awarded under the authority of FAR 6.302-1, with no competitive quotes being solicited.
    Special Notice For Sole Source ProQuest
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order to ProQuest for Library Web Database Services. This procurement will utilize Simplified Acquisition Procedures under FAR Part 13 and will be conducted as Other Than Full and Open Competition, as permitted by FAR 6.302-1. The services are critical for supporting the Navy's library and archival needs, ensuring access to essential information resources. The anticipated award date for this contract is September 16, 2024, and any challenges to this sole source must be submitted in writing to Sarah Schultz at sarah.p.schultz.civ@us.navy.mil for consideration.
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.
    Notice of Intent to Award Sole Source - Federal Interagency Council for Outdoor Recreation
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole-source firm-fixed price contract to Ross Strategic for support of the Federal Interagency Council for Outdoor Recreation (FICOR). The contract aims to leverage Ross Strategic's unique qualifications and extensive experience in facilitating FICOR's objectives, as they have been the sole contractor for this work since FICOR's inception. This opportunity is critical for ensuring ongoing coordination and effective implementation of FICOR's initiatives among federal agencies. Interested parties must submit their technical capabilities to Sherreda Brown at sherreda.brown@usda.gov by September 24, 2024, at 11:00 am EDT, as this notice serves as a market research tool rather than a formal solicitation.