Founding Phrases Exhibit - Audio Visual (AV) & Interactive Experience Services
ID: 030ADV25Q0095Type: Solicitation
Overview

Buyer

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

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL (T016)
Timeline
    Description

    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.

    Point(s) of Contact
    Eric Pacheco
    erpacheco@loc.gov
    Ramon Samuel
    rsamuel@loc.gov
    Files
    Title
    Posted
    The document outlines a federal Request for Proposals (RFP) for the Library of Congress focused on interactive media design services for its upcoming exhibit, "Founding Phrases," celebrating the Declaration of Independence's legacy. The RFP specifies that the selected contractor will develop audiovisual and interactive experiences across six stations in the Library's new "Treasures Gallery." Contractors must deliver a comprehensive range of services including research, design, production, installation, and ongoing consultation throughout the project's phases. Key personnel requirements ensure experienced individuals lead the project, emphasizing the qualifications of the creative and technical team. The RFP includes clauses on security protocols, invoicing procedures, and the need for compliance with accessibility standards. Deliverable schedules span from planning meetings to final installations, all required to enhance visitor engagement with Library collections. This RFP reflects the Library's commitment to accessibility and educational outreach, necessitating experience in creating innovative museum-quality experiences.
    The document outlines the Statement of Work (SOW) for a federal project detailed in Solicitation 030ADV25Q0095, focusing on the production and installation of interactive audiovisual experiences in a gallery space. It specifies deliverables across multiple phases: Research and Design Development, Pre-production, Production, and Post-production, with various tasks under each category, including the creation of storyboards, scripts, and interactive presentations. Key due dates for deliverables extend from August 29, 2025, to February 28, 2026. The price schedule requires the offeror to provide firm fixed prices for each deliverable and associated labor categories, but currently shows a total price of $0.00, indicating it has not been priced separately. The document's structure emphasizes the timeline for deliverables and procedural steps required for the project, reflecting standard practices in federal RFPs and grants aimed at fostering clear communication regarding project expectations and accountability. This initiative underlines the government’s commitment to enhancing public engagement through visual media for educational purposes.
    The document outlines the Wage Determination No. 2015-4281 under the Service Contract Act, specifying minimum wage rates and fringe benefits for federal contractors in the District of Columbia and neighboring Maryland and Virginia counties. For contracts effective after January 30, 2022, covered workers must be paid at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a minimum wage of $13.30 per hour unless a higher rate applies. The document includes detailed wage rates for various occupations and emphasizes compliance with Executive Orders related to minimum wage and paid sick leave provisions. Contractors are required to provide health and welfare benefits, vacation, and holiday pay along with specific conditions for uniform allowance and hazardous pay differentials. The document serves as essential guidance for contractors bidding on federal projects, ensuring workers receive fair compensation and benefits, thus aligning with governmental standards and protections aimed at promoting worker rights within federal contracting frameworks.
    Lifecycle
    Similar Opportunities
    Library of Congress Media Module Cards, Brand-Name
    Buyer not available
    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.
    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.
    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.
    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.
    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.
    HAFC NISI EXHIBIT FABRICATION
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the fabrication of exhibits at the Ninety Six National Historic Site (NISI), focusing on the theme "Crossroads: Life & Nation." The project aims to replace outdated exhibits with new tactile educational models and signage that enhance visitor engagement while ensuring historical accuracy and accessibility. This initiative is critical for preserving and interpreting the site's significance during the American Revolutionary War, with a completion deadline for installation set for November 30, 2025, and all corrections finalized by December 31, 2025. Interested contractors can contact Shelia Bender at DeeDeeBender@nps.gov or call 304-535-6227 for further details.
    FDIC's Board Room Collective Technology Refresh
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for the "Board Room Collective Technology Refresh" project, aimed at modernizing their board room and conference facilities in Arlington, Virginia. The project requires a design-build contractor to enhance audio-visual collaboration environments, ensuring high-quality broadcasting for both in-person and remote participants, with a focus on advanced audio, video, and lighting systems. This initiative is crucial for improving operational efficiency and communication within the FDIC, reflecting the agency's commitment to integrating contemporary technologies. Interested parties must submit their proposals by February 14, 2025, and direct any inquiries to Diamond Toles at ditoles@fdic.gov or by phone at 571-213-4018.
    Y--EVERGLADES MSD VISITOR CENTER EXHIBITS
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the design, fabrication, and installation of interpretive exhibits at the Marjory Stoneman Douglas Visitor Center in Everglades National Park, Florida. The project aims to create museum-quality exhibits that enhance visitor engagement with the Everglades ecosystem while adhering to accessibility and conservation standards. This initiative is crucial for revitalizing educational resources and improving public access to the park's cultural and ecological heritage. The production budget for this project is set between $220,000 and $230,000, with proposals due electronically by March 19, 2025. Interested bidders can contact Robert Adamson at robertadamson@nps.gov or call 301-502-0076 for further information.
    Unified Storage Requirement
    Buyer not available
    The Library of Congress is seeking proposals for a unified storage system to manage its Tier-1 and Tier-2 data, with a focus on both Block and NAS storage solutions. The system must be hosted on-premises and support a variety of applications and data types, including essential disaster recovery capabilities, while ensuring compatibility with multiple protocols and robust security features. This initiative is crucial for enhancing data management and disaster recovery processes, emphasizing the need for a secure, reliable, and scalable storage solution. Interested vendors should contact Charles Hertenstein at chertenstein@loc.gov for further details regarding the proposal requirements and submission process.
    National Museum of American History PSRP IV Collection Move
    Buyer not available
    The Smithsonian Institution is soliciting proposals for the relocation of approximately 65,000 artifacts as part of the Public Space Renewal Project IV (PSRP IV) at the National Museum of American History (NMAH). The selected contractor will be responsible for the careful packing, transportation, and storage of these diverse artifacts to the Suitland Collections Center, with a project execution period of 1,095 days starting in 2027. This initiative is crucial for preserving cultural heritage and ensuring the safe management of significant historical items, emphasizing the need for contractors with experience in handling museum collections and adherence to sustainable practices. Proposals must be submitted electronically by March 19, 2025, with a pre-bid site tour scheduled for February 5, 2025, and inquiries due by February 21, 2025. Interested parties can contact Virginia Chan at Chanvc@si.edu for further information.