Library of Congress - Avaya Communication Manager upgrade to 10.2
ID: 030ADV25Q0157Type: Combined Synopsis/Solicitation
AwardedJul 17, 2025
$148.2K$148,186
AwardeeOPTIVOR TECHNOLOGIES, LLC Orlando FL 32809 USA
Award #:LCCIO25P0010
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Library of Congress is seeking qualified contractors to upgrade its Avaya Communication Manager software from version 10.1 to 10.2 across multiple sites, including locations in Washington, D.C., Fort Meade, and Culpepper, with a completion deadline of January 30, 2026. The project entails professional support for upgrading licenses and ensuring compliance with security and functionality requirements, as well as addressing vulnerabilities in the existing telecommunications systems. Given the proprietary nature of Avaya systems, only authorized partners are eligible to provide the necessary upgrades, which are critical for maintaining the Library's mission-critical telecommunications services. Interested parties should refer to the attached Request for Quotation (RFQ) 030ADV25Q0157 for further details and submit any questions by June 9, 2025, to the primary contact, Brandon Mose, at bmose@loc.gov.

    Point(s) of Contact
    Brandon Mose
    bmose@loc.gov
    Charles Hertenstein
    chertenstein@loc.gov
    Files
    Title
    Posted
    The RFQ Notice 030ADV25Q0157 outlines a project for upgrading various Avaya communication systems for the Library of Congress. The scope includes upgrading the Avaya Aura Communication Manager and Call Management Systems at four specific sites: Madison Building, Manassas, Ft. Meade, and Culpepper. The contractor will transition systems from version 10.1 to 10.2 and support various upgrades, including High Availability for Session Border Controllers. Deliverables encompass data gathering, design reviews, and software upgrades, along with the migration of significant historical data. The document also poses several inquiries related to existing infrastructure, contract history, and technical specifications to clarify the requirements for potential bidders. The answers from the library indicate that the S8300 server will be provided by them, with the vendor responsible for software and licensing. No G650 gateways will remain post-upgrade, and all vulnerabilities must be addressed immediately after the upgrade completion. This RFQ emphasizes the importance of ensuring all elements of the communications system are updated for efficiency and compliance while documenting the current state of the network. This solicitation illustrates the ongoing commitment of the Library of Congress to enhance its communication capabilities via stringent upgrade processes in alignment with government standards.
    The document outlines a Request for Proposal (RFP) by the Library of Congress for the upgrade of its Avaya telecommunications systems. The objective is to transition from Communication Manager version 10.1 to 10.2 across four specified locations in Washington, D.C., Maryland, and Virginia by January 30, 2026. The contractor is responsible for upgrading the Avaya Aura Communication Manager, Call Management System, and other associated services, ensuring interoperability within the Library's framework. Key components of the project include system upgrades, project management, compliance with service level agreements (SLAs), and employee training. The contract stipulates that the contractor must handle all deliverables, including system implementation and documentation of security vulnerabilities, within specific timelines. The solicitation incorporates various Federal Acquisition Regulations and emphasizes security measures for personnel given the nature of the information managed. The requirements underscore not only the technical upgrades but also the adherence to regulations concerning contractor employee fitness and cybersecurity, indicating the project’s critical nature in modernizing Library operations while ensuring compliance with federal standards.
    The document outlines the justification and approval for a contract awarded to Avaya Federal Solutions, Inc. for telecommunications upgrades at the Library of Congress. Given the proprietary nature of the Avaya systems, which are essential for the Library's Voice Network, competition is limited as Avaya is the only source qualified to ensure a seamless upgrade of existing software and systems. The contract, valued over $250,000 and scheduled from September 29, 2025, to January 30, 2026, entails upgrading licenses for the Library's Communication Manager software at multiple locations including D.C., Fort Meade, and Virginia sites. The Library’s need for these upgrades is mandated by the urgency to maintain current security and functionality requirements and to avoid service disruptions. It is planned that following the expiration of the maintenance contract in October 2025, a competitive bid for future maintenance will include both Avaya and authorized resellers, reflecting a commitment to enhance competition in future procurements. The document emphasizes the necessity of utilizing Avaya’s unique capabilities to safeguard mission-critical telecommunications services.
    Similar Opportunities
    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.
    Film Preservation Lab Equipment Maintenance - Library of Congress
    Library Of Congress
    The Library of Congress is seeking contractor support for the maintenance and repair of film preservation equipment at the National Audiovisual Conservation Center (NAVCC) in Culpeper, Virginia. The procurement involves an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract that encompasses annual preventative maintenance, ad hoc repairs, emergency services, remote support, and spare parts for both historical and contemporary film equipment. This contract is crucial for ensuring the operational integrity of the Library's film preservation efforts, with a minimum obligation of $1,000 and a maximum of $150,000 over a base period of five years. Interested contractors must provide qualified technicians with at least five years of relevant experience and submit their responses by January 9, 2026, at 5:00 PM Eastern Time; questions regarding the solicitation are due by December 16, 2025.
    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.
    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.
    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.
    Avaya Aura Class J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to acquire Avaya Aura Voice Over Internet Protocol (VOIP) hardware, software, licenses, and maintenance for the Air Force Base telephone infrastructure through a brand-name Class Justification and Approval. This procurement is limited to a specific brand name in accordance with FAR 8.405-6(b)(1), indicating that the items are unique to one manufacturer. The opportunity is crucial for maintaining and enhancing the existing telecommunications infrastructure, ensuring reliable communication capabilities for the Air Force. For further inquiries, interested parties can contact Nicole R. Barnes at nicole.barnes.5@us.af.mil or Adriana Obregon at adriana.obregon.2@us.af.mil, noting that this announcement is for informational purposes only and does not constitute a solicitation.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    Notification of Library of Congress Agile IDIQ Contract Ceiling Price Increase
    Library Of Congress
    The Library of Congress is notifying interested parties about a modification to the Agile Indefinite Delivery Indefinite Quantity (IDIQ) contract, which has resulted in an increase to the shared ceiling price on a sole-source basis. This adjustment is in accordance with FAR regulations and pertains to IT and telecom business application/application development support services, which are critical for the Library's operational efficiency. The modifications are documented in a redacted class justification and approval document, which provides further details on the decision. For inquiries, interested parties can contact Quinn Cartheuser at qcart@loc.gov or by phone at 202-707-2339, or reach out to Veronica Price at vprice@loc.gov or 202-707-9335.
    VISN 12 Spok MediCall Migration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the migration of the Spok MediCall System at the Madison VA Medical Center from the Nippon Electronics Corporation (NEC) Voice system to the Cisco Unified Call Manager (UCCM). This procurement is a brand name requirement, emphasizing the need for specific technology to ensure seamless communication services within the facility. The successful contractor will play a crucial role in enhancing the medical center's telecommunication capabilities, which are vital for patient care and operational efficiency. Interested parties can reach out to Chante Frith at chante.frith@va.gov or Matthew Truex at Matthew.truex1@va.gov for further details regarding this opportunity.