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
    Braille Music Transcription and Proofreading
    Active
    Library Of Congress
    The Library of Congress is seeking contractors to provide Braille music transcription and proofreading services under a Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to transcribe musical documents into braille and proofread existing digital braille music volumes to ensure accessibility for patrons who are blind or visually impaired. This initiative is crucial for enhancing the Library's music collection, which includes instructional materials and sheet music in accessible formats. Interested vendors must submit proposals by October 16, 2024, with a minimum task order value of $1,000 and a maximum ceiling of $250,000. For further inquiries, potential bidders can contact Colleen Daly at cdaly@loc.gov or James Robinson at jarobinson@loc.gov.
    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.
    COMSOL MULTIPHYSICS LICENSE RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the renewal of a COMSOL Multiphysics license for one year. This procurement is necessary to ensure continued access to specialized software that supports complex multiphysics simulations, which are critical for various research and development projects within the Navy. The contract will be executed under Simplified Acquisition Procedures, with a focus on maintaining uninterrupted software services, and interested parties have 15 calendar days from the notice publication to express their capability to compete. For further inquiries, Richard Key can be contacted at richard.a.key2.civ@us.navy.mil.
    Parsons AceERS Software Product License Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the renewal of the Parsons ACE Embedded Resource Scheduler (AceERS) software product license. The procurement involves the maintenance fee for six seat licenses and four additional seat licenses for the AceERS software, with a performance period from July 29, 2024, to July 28, 2025. This software is critical for managing embedded resources efficiently, and the contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000. Interested parties may express their capability to meet this requirement by contacting Yina Brooks or Alvin Williams via the provided email addresses, referencing Notice of Intent number “N0017324Q5825.”
    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.
    Notice of Intent: Sole Source Lexis Nexis Subscription
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, intends to award a sole-source contract to RELX Inc. for the renewal of its annual Lexis Nexis subscription services. This subscription is critical for the Defense Innovation Unit as it addresses a wide range of legal issues, including constitutional law, ethics, administrative law, and national security law. Due to unique publishing agreements, RELX Inc. is the only vendor capable of providing the necessary publications, making this procurement essential for the government’s operational needs. The anticipated contract value is between $75,000 and $125,000, covering a 12-month base period with four optional extensions. Interested parties may express their capabilities by emailing whs.mc-alex.ad.mbx.ks@mail.mil by September 20, 2024, at 12:00 P.M. EST.
    Intent to Sole Source - Expanded Orientation Gallery Design
    Active
    Library Of Congress
    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.
    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 contract value is estimated between $25 million and $28 million, with a completion timeframe of 1,016 calendar days from the Notice to Proceed. Interested bidders must submit their proposals in accordance with the solicitation AOCACB24R0025, and are encouraged to attend a site visit scheduled for August 28, 2024, at 8:00 AM. For further inquiries, contact Charvey Smith at charvey.smith@aoc.gov.