Talking Book Software Fees-AMR-WB+ - Intent to Sole Source
ID: 2025-CIO-0113Type: Special Notice
Overview

Buyer

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

    The Library of Congress intends to award a sole-source firm-fixed price contract to VoiceAge Corporation for the procurement of Extended Adaptive Multi-Rate Wideband (AMR-WB+) software licenses. This contract is essential for ensuring high-quality audio transmissions for the Library's Digital Talking Books and related applications, as VoiceAge holds the exclusive patents necessary for these licenses. The contract, valued between $25,000 and $250,000, will be performed over a 12-month period at the contractor's facility in Washington, D.C. Interested parties can direct inquiries to James Robinson at jarobinson@loc.gov or Brenda Kinlay at bkinlay@loc.gov.

    Point(s) of Contact
    James Robinson
    jarobinson@loc.gov
    Brenda Kinlay
    bkinlay@loc.gov
    Files
    Title
    Posted
    The document outlines a federal procurement for a firm-fixed-price indefinite delivery/indefinite quantity (IDIQ) contract focused on acquiring software licenses for the Extended Adaptive Multi-Rate Wideband (AMR-WB+) audio codec, which is essential for the Library of Congress's National Library Service for the Blind and Print Disabled. This software will enable high-quality audio processing for Digital Talking Books and related applications. The contractor is responsible for annual license provision over a five-year period, with minimum and maximum amounts set at $200.00 and $250,000.00, respectively. The procurement is aimed at ensuring compliance with various federal regulations, including licensing agreements, security measures, and accessibility standards. It mandates all deliverables to conform to Section 508 compliance, protecting information systems security, and mandates rigorous documentation procedures. The contract also details the procedure for invoice submission, administrative points of contact, and special contractual requirements ensuring adherence to contracting and procurement standards. Overall, this procurement demonstrates the government’s commitment to enhancing accessibility and functionality in federal services for disabled individuals.
    The document is a Justification and Approval for contracting without full and open competition by the Library of Congress. It outlines the need to procure Extended Adaptive Multi-Rate Wideband (AMR-WB+) software licenses from VoiceAge, the sole source due to patent exclusivity. The Library requires these licenses to ensure high-quality audio transmissions for its Digital Talking Books and related applications. The justification emphasizes that competition is not viable as the Library's needs can only be met by VoiceAge's unique capabilities, backed by existing patents. Switching to another vendor could cause integration, cost, and performance issues. Additionally, the contract is vital for the ongoing functionality of critical wireless applications. The document confirms that the library will continue to monitor the market and evaluate alternatives in the future to foster competition while executing this contract, ensuring compliance with legal guidelines. The action is deemed urgent to prevent disruption of services and represents the best value for government resources due to the associated risks and costs of switching to another provider.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    SUBSCRIPTION - PROQUEST CONGRESSIONAL HEARINGS DIGITAL COLLECTIONS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the HQ/HECSA Library, intends to award a sole-source contract to ProQuest LLC for the acquisition of the Congressional Hearings Digital Collections A-J and Unpublished Hearings Collections A-C. This procurement aims to enhance access to a comprehensive archive of U.S. legislative materials, providing USACE personnel with perpetual access to critical documents spanning from 1824 to 2003, while also ensuring the delivery of usage data and contractor labor reporting. The importance of this service lies in its unique ability to offer a complete and searchable collection of congressional publications, which is essential for federal staff research and legislative analysis. Interested parties must express their interest and capability by September 28, 2024, and can contact Parker Condit at parker.condit@usace.army.mil or 703-428-7147 for further information.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.
    Voice over IP License and Warranty
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified small businesses to provide Voice over IP (VoIP) licenses and warranties for the Beltsville Agricultural Research Center (BARC) in Maryland. The procurement involves a firm-fixed-price contract that includes a premium software subscription for a minimum of 1,500 lines, with coverage extending from September 30, 2024, to September 29, 2025, and options for four additional years. This VoIP system is critical for integrating modern communication technologies and ensuring reliable connectivity across the campus, facilitating the transition from traditional phone lines. Interested vendors must submit their electronic offers by 8:00 AM (EST) on September 17, 2024, to the Contract Specialist, Connie Faulkner, at connie.faulkner@usda.gov, and comply with all specified technical requirements and past performance evaluations.
    R605--Identity Authentication & Access Management (IAAM) System (LibLynx) (VA-24-00066656)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to issue a sole source contract to COMAXSYS, LLC for the Identity Authentication & Access Management (IAAM) System, known as LibLynx. This procurement aims to secure a subscription for a web-based system that will facilitate user access to online resources and manage user authentication across the VA Library Network (VALNET), enhancing the accessibility and usage of electronic resources for VA staff. The contract will encompass a twelve-month base period with four optional twelve-month extensions, and it is critical for the VA's ongoing efforts to provide nationwide access to library resources. Interested parties must submit their capability statements by September 21, 2024, to the Contract Specialist, Erich T. Hoffman, at Erich.Hoffman@va.gov.
    Notice of Intent D-24-NO-0086
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source firm fixed price purchase order to Callyo for the renewal of proprietary licenses essential for the operation of specialized technology used by undercover agents. This technology is critical for safely recording transactions and ensuring personnel safety, and it meets stringent federal safety and storage requirements without necessitating software on cellular devices. The estimated cost for this procurement is $42,000, covering a performance period from October 1, 2024, to September 30, 2025. Interested vendors may submit capability statements by September 17, 2024, at 10:00 AM Eastern Time, to Teresa Roshau-Delgado at teresa.a.roshaudelgado@dea.gov.
    Digital Preservation Software Support
    Active
    Agriculture, Department Of
    The United States Department of Agriculture, Agricultural Research Service (ARS), intends to award a sole source contract for Digital Preservation Software Support to Artefactual, the developer of the Archivematica software. The primary objective of this procurement is to establish a long-term digital preservation system that ensures the accessibility and integrity of the National Agricultural Library's digital collections, addressing critical needs such as data redundancy, software obsolescence, and compliance with the OAIS ISO 14721 standard. This initiative is vital for managing the increasing volume of digital content and safeguarding against data loss, thereby supporting the library's strategic priorities. Interested parties may submit documentation to Angela B. Wingert at angela.wingert@usda.gov by September 16, 2024, with the anticipated contract performance period beginning September 30, 2024, and extending through September 2029.
    SUBSCRIPTION - EBSCO Upgrades and Additions
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE), is seeking to award a contract for the upgrade of its subscription to EBSCO Publishing's Business Source database services. This procurement aims to enhance access to the Business Source Ultimate database and additional EBSCO resources, including collections in business, engineering, architecture, and management, which will support USACE personnel in conducting comprehensive research and staying updated on relevant content through personalized alerts. The initiative underscores USACE's commitment to improving information services and resource access to bolster mission performance, with the base period of performance set from September 30, 2024, to September 29, 2025, and an option for one additional year. Interested firms that believe they can meet the requirements are encouraged to contact Erroll T. Foster at erroll.t.foster@usace.army.mil or Parker Condit at parker.condit@usace.army.mil within 15 days of this notice.
    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.