Library of Congress Media Module Cards, Brand-Name
ID: 030ADV25Q0113Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer and Electronic Product Manufacturing (334)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    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.

    Point(s) of Contact
    Charles Hertenstein
    chertenstein@loc.gov
    John Nix
    jnix@loc.gov
    Files
    Title
    Posted
    The document outlines the Justification and Approval for a contract award by the Library of Congress, which permits contracting without full and open competition per the statutory guidelines of 41 U.S.C. § 6101. It specifies that the Library requires brand-name supplies, particularly Media Module Cards from Avaya Federal Solutions, to maintain compatibility with existing Avaya systems. The total estimated contract value is under $250,000, and justification for limiting competition is rooted in the necessity of obtaining products that are available from a single responsible source to sustain critical library operations. The urgency of this requirement is underscored by the imminent obsolescence of current systems; the Library's move to upgrade to Avaya G450s by 2025 necessitates the specific brand-name components that fulfill the compatibility and support criteria. The document further indicates efforts to engage other potential suppliers and confirms adherence to regulatory standards regarding competition. Overall, the Library aims to ensure continued operational efficiency and compliance with technical standards through this specialized procurement approach.
    The document outlines the Justification and Approval for a contract awarded by the Library of Congress without full and open competition, in compliance with 41 U.S.C. § 6101 and related contracting regulations. It details the need for specific Avaya brand Media Module Cards to support existing equipment, as only Avaya products are compatible with the Library's voice switch systems. The estimated value of the contract is up to $250,000, with a performance period from April 1, 2025, to September 30, 2025. The justification is based on the existence of a sole source for the required equipment and the urgency to maintain operational continuity as software support for current systems will end in December 2025. The Library plans to enhance competition in future contracts by conducting market research. Ultimately, the contracting officer certifies that this action represents the best value to the government while ensuring compliance with all relevant regulations, including price fairness and responsibility checks. This document exemplifies the government's procedural adherence for limited-source contracting in specific circumstances.
    The document outlines a Federal Acquisition Regulation (FAR) solicitation and contract agreement initiated by the Library of Congress for the procurement of specific Avaya Media Module cards. The contract is classified as Firm-Fixed-Price with delivery expected within 60 days post-award. The key items include the MM717 24 Port DCP Media Module and MM716 Analog Media Module, both of which are TAA compliant. The solicitation emphasizes compliance with various regulatory requirements, including provisions for small business participation and information security protocols. Contractor responsibilities include adhering to delivery logistics to the Library of Congress, completing necessary inspections and acceptance processes, and ensuring that all delivered items meet the specified standards. Furthermore, stringent cybersecurity measures are highlighted, necessitating contractors to undergo IT security training and maintain protection of Controlled Unclassified Information (CUI). The document establishes clear procedures for invoicing and payment, emphasizing electronic submission and compliance with Library guidelines. This contract reflects the Library's commitment to maintaining reliable technological infrastructure while also ensuring adherence to government procurement standards and guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    DE01--Auditorium Service Maintenance Technology Programming
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a maintenance contract focused on audiovisual (A/V) systems in the auditorium of the Veterans Affairs Southern Nevada Health Care System. The procurement aims to gather information from potential contractors to ensure the delivery of comprehensive services, including proprietary licenses and biannual maintenance checks, specifically utilizing Crestron products. This contract is crucial for maintaining the functionality and reliability of critical facility systems, with a contract period set from May 1, 2025, to April 30, 2026. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) must submit their capability statements by March 13, 2025, to the Contracting Officer, Larry Facio, at Larry.Facio@va.gov or by phone at 916-923-4553.
    Tables, Carts, and Table Cloths
    Buyer not available
    The Library of Congress is seeking a contractor to supply commercial-grade tables, carts, and tablecloths for a newly designated event space within the Adams building, which is currently undergoing renovation. The procurement focuses on providing furniture that meets specific design and material specifications, including non-marring wheels to protect the flooring in a historically significant area classified as a Preservation Zone. This contract emphasizes compliance with the Buy American Act and requires delivery of items within 45 days post-award, with detailed guidelines for packaging, invoicing, and labor standards. Interested vendors can reach out to Melinda Dawson at mdawson@loc.gov or David Leonard at dleonard@loc.gov for further information regarding the bidding process.
    DA01--VoiceOver Pro Maint - MPLS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 23, intends to award a sole source contract to Voicebrook, Inc. for maintenance services of the VoiceOver Pro system. This procurement is necessitated by the proprietary nature of the equipment, which is exclusively supplied by the Original Equipment Manufacturer, thereby limiting third-party installations. The contract, identified by solicitation number 36C26325Q0518, is not open for competitive bidding; however, interested vendors may submit capability statements within ten days of the notice, with the agency retaining the right to reconsider the competitive nature of the procurement based on the responses received. Responses are due by March 14, 2025, at 1:00 PM Central Time, and inquiries can be directed to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079.
    VPX accessory components to include network cards, network expander cards and power supplies.
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command, is seeking proposals for the procurement of VPX accessory components, including network cards, network expander cards, and power supplies, to support the Machinery Control Systems (MCS) Tech Refresh for multiple ships. This procurement involves a Firm-Fixed-Price Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract valued at approximately $12,071,630, aimed at modernizing aging systems and ensuring operational capability. The components are critical for maintaining compatibility with existing systems and enhancing the Navy's technological infrastructure. Interested vendors should contact William Devito at william.j.devito8.civ@us.navy.mil or by phone at 215-498-0039 for further details regarding the solicitation process.
    J063--REPLACEMENT COMMUNICATION SYSTEM with Avtec Solution equipment.
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice regarding the intent to negotiate a sole-source contract for the Replacement Communication System with Avtec Solution equipment for the VA Maine Healthcare System in Augusta, Maine. This procurement, identified by solicitation number 36C24125Q0197, focuses on Radio Maintenance and Support Services, which are critical for ensuring effective communication within the healthcare facility. The contract aligns with product service code J063 and NAICS code 811210, emphasizing the importance of maintaining and repairing alarm, signal, and security detection systems. Interested parties are encouraged to direct inquiries to Contract Specialist Philip Silva at Philip.silva1@va.gov or by phone at 781-687-2000, with a response deadline set for March 11, 2025, at 10:00 AM Eastern Time.
    DA01--FY2025 Siapan Voice Services Purchase Card 12 Months (VA-25-00056884)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide voice services for the fiscal year 2025, specifically for the Medical Associates of the Pacific in Saipan, under solicitation number 36C10A25Q0034. The procurement aims to establish Local Exchange Carrier (LEC) services, including Plain Old Telephone Service (POTS) and Integrated Services Digital Network (ISDN), with a focus on ensuring reliable telecommunications available 24/7 for veterans. This initiative is critical for enhancing communication capabilities within VA facilities, reflecting the VA's commitment to optimizing service delivery for veterans. Interested parties must submit a Vendor Capabilities Statement by March 12, 2025, to Contract Specialist Christopher McKenney at Christopher.McKenney@va.gov, with responses due by 2:00 PM Central Time.