Library of Congress - Quad VTR Service & Repairs
ID: 030ADV25R0032Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Repair and Maintenance (811)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Library of Congress is seeking qualified contractors to provide service and repair support for Quad Video Tape Recorders (VTR) at its National Audio-Visual Conservation Center (NAVCC) in Culpeper, Virginia. The procurement aims to maintain and repair specialized vintage VTR equipment essential for digitizing historic video collections, thereby supporting the Library's strategic goal of preserving and providing access to America's creative heritage. This Indefinite Delivery Indefinite Quantity (IDIQ) contract includes a base year and two optional years of service, with a minimum commitment of $2,500 and a maximum of $175,000 for task orders. Interested parties must submit their proposals by April 22, 2025, and can direct inquiries to Jennifer Zwahlen at jzwa@loc.gov or Lianne Carroll at lcarroll@loc.gov.

    Point(s) of Contact
    Jennifer Zwahlen
    jzwa@loc.gov
    Lianne Carroll
    lcarroll@loc.gov
    Files
    Title
    Posted
    The document is a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at acquiring ongoing service and repair support for Quad Videotape Recorders (VTR) at the Library of Congress's National Audio-Visual Conservation Center (NAVCC). The contract outlines key specifications, pricing structure, and administrative details, with a focus on maintaining historic video equipment necessary for digitization efforts. The contract consists of a base year and two optional years of service, with contractors required to conduct scheduled maintenance visits and provide troubleshooting assistance. Issuance of orders will follow the terms and conditions established in the contract, emphasizing a minimum contract commitment of $2,500 and a maximum of $175,000 for all task orders issued. The contractor must ensure employee fitness through background checks for those requiring access to sensitive areas and adhere to conduct regulations to ensure a safe working environment. Invoicing procedures are clearly defined, focusing on electronic submission. Overall, this procurement seeks to fortify the preservation and accessibility of historical media, contributing to the Library's strategic goals.
    The document is an amendment to a government solicitation, specifically regarding project number 030ADV25R0032, administered by the Contracts and Grants Directorate at the Library of Congress. The amendment focuses on updating Section J of the solicitation to include a new attachment, referred to as Attachment J-2, which contains questions and answers related to audio converters. The amendment clarifies that the only change made is this addition and that all other terms of the contract remain unchanged. The document outlines the required actions for offerors or bidders to acknowledge the amendment and specifies the administrative authority under which it was issued, referencing FAR regulations. The inclusion of this Q&A is intended to provide further information and clarification to potential contractors involved in the bidding process for the project.
    The document outlines an amendment related to solicitation number 030ADV25R0032, issued by the Library of Congress' Contracts and Grants Directorate. This amendment serves to replace a previously posted Question and Answer attachment (Attachment J-2) dated April 11, 2025, with a revised version dated April 14, 2025. The updated document includes answers to an additional question, while stipulating that all other terms and conditions remain unchanged. The solicitation aims to gather bids or offers for a related project, and this amendment is crucial for ensuring that prospective bidders have access to the most current information. Acknowledgment of the amended amendment is required from the offerors before the specified deadline to avoid rejection of their proposals. Overall, the amendment addresses the need for clear communication and updates within the procurement process, ensuring transparency and adherence to federal contracting regulations.
    The document outlines an amendment to an existing contract managed by the Library of Congress, specifically regarding the changes to ordering procedures for purchases. Key changes include substituting "ordering officers" with "purchase card holders," and clarifications to the roles and limitations of these purchase card holders. The document specifies that they can place orders within contract terms but are prohibited from altering contract conditions or order scope. The amendment also clarifies that orders are considered issued upon mailing, faxing, or electronic transmission, highlighting the operational framework for issuing task orders or delivery orders within the contract's timeline (June 30, 2025, to December 29, 2028). Overall, this amendment serves to enhance clarity in the purchasing process under the contract while ensuring compliance with federal procurement procedures.
    The document pertains to a solicitation amendment by the Library of Congress for Ampex Quad Videotape Services. Its primary purpose is to extend the submission deadline from April 21, 2025, to April 22, 2025, and to revise the Statement of Work regarding shipping and travel costs. The contractor will provide specialized repair and service support for various Ampex Videotape Recorders used in the Library's digitization efforts at the National Audio-Visual Conservation Center in Culpeper, Virginia. Key requirements include two semi-annual onsite visits for maintenance and ongoing troubleshooting assistance. The proposal also outlines reimbursement for travel costs according to General Services Administration (GSA) per diem rates. While the Library will provide relevant spare parts and equipment, the document specifies that contractors can have two optional years of support, at the Library's discretion. Overall, this amendment is crucial for maintaining the operational efficiency of the Library’s historic videotape restoration programs while adhering to federal procurement standards.
    The document outlines the Price Schedule for a government Request for Proposal (RFP) related to the maintenance and repair of Quad VTR systems. It specifies the pricing structure for travel costs and hourly repair rates across three periods: the Base Year, Option Year I, and Option Year II. Each period includes costs for one-day travel and hourly service rates, all aligned with the General Services Administration (GSA) per diem rates for Culpeper, Virginia, zip code 22701. The scheduled periods of performance range from June 30, 2025, to June 29, 2028. The document ensures compliance with GSA travel regulations for reimbursable expenses. This summary captures essential pricing details, performance periods, and regulatory references necessary for potential contractors engaging in maintenance and repair services under the specified federal contract.
    The document outlines a Price Schedule related to the Request for Proposal (RFP) 030ADV25R0032 for Quad VTR Maintenance and Repair services. It includes pricing for various cost components such as travel expenses per day and hour, as well as hourly repair rates. The schedule is organized into three periods of performance spanning from June 30, 2025, to June 29, 2028, with distinct pricing for each year outlined, alongside a requirement to incorporate lodging and per diem costs in travel expense calculations. The aim of this RFP is to solicit bids for maintaining and repairing Quad VTRs over a set timeframe, ensuring competent service delivery and cost transparency by requiring detailed pricing submissions. This structure reflects the federal government's intent to ensure a competitive bidding process while establishing clear expectations for service contractors in both maintenance quality and cost management over the contract's duration.
    The document outlines the pricing schedule for a federal Request for Proposals (RFP) regarding maintenance and repair services for Quad VTR, indicating a structured approach to evaluating proposals from contractors. It specifies costs related to travel and hourly repair rates, capturing several essential entries: a travel cost per hour, an hourly repair rate, and a trajectory of service spanning multiple contract years. The schedule covers costs for the base year and two option years, emphasizing that all reimbursable travel expenses will adhere to General Services Administration (GSA) travel regulations relevant to Culpeper, Virginia, highlighted by provided per diem rates. The document includes a specific period of performance from June 30, 2025, to June 29, 2028, allowing for a systematic evaluation of hourly rates and ensuring potential contractors provide clear pricing for their services. This structured pricing model aims to facilitate the federal government's procurement process for the necessary maintenance and repair functions while ensuring compliance with established regulations.
    The document answers questions regarding the Library of Congress' (LOC) Request for Proposal related to the maintenance and capabilities of their Ampex video tape recorders. It clarifies that the offeror is the party submitting proposals to the LOC. The LOC does not have extender card sets for the Ampex AVR-1 and outlines specifics about their video lab equipment, including signal generators and oscilloscopes. Maintenance records exist for some equipment but not for others, with identified faults for each Ampex model. The document specifies that contractors submit invoices after each on-site visit, of which two are planned each year, focused on troubleshooting. The contractor is only responsible for repairs detailed in estimates provided. This document is part of the federal RFP process, emphasizing equipment assessment and maintenance for archival technology, ensuring operational standards are met and potential contractual relationships clearly defined.
    The document provides a Q&A for a federal solicitation concerning the maintenance and equipment status of Ampex video tape recorders at the Library of Congress (LOC). It clarifies the roles of offeree and offeror in contract negotiations, stating that the offeror is the party responding to the LOC’s request. Key inquiries include the availability of extender card sets, the specifications of the test equipment in the LOC Video Lab, and maintenance records for the video tape recorders. It is reported that the LOC has no extender card sets and lacks maintenance records for certain models. Current faults in devices include capstan and guide pressure issues in AVR 1, and various problems with the VR2000. The document outlines the billing process for services, stating that invoices will be issued per event, with up to two onsite visits scheduled annually for troubleshooting. Importantly, it notes that the LOC does not disclose information about past contracts or incumbents. The summary emphasizes the need for precise equipment maintenance and repair protocols, contextualizing this within the structure of federal RFP processes for managing technical contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    FADGI Open Source Software Development and Maintenance for AudioVisual Content
    Library Of Congress
    The Library of Congress is soliciting proposals for a firm-fixed-price contract to provide development and maintenance for two open-source software tools, BWF MetaEdit and FFmpeg, as part of the Federal Agencies Digital Guideline Initiative (FADGI) Audio-Visual Working Group. The contract aims to enhance features, troubleshoot issues, and update documentation for these tools, which are critical for ensuring content authenticity, accessibility, and support for various audiovisual file formats. This opportunity is significant for federal agencies involved in digital media preservation and compliance with established guidelines. Interested contractors should note that the period of performance is from February 3, 2026, to February 2, 2028, and are encouraged to contact Veronica Price at vprice@loc.gov or 202-374-3046 for further details.
    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.
    Library of Congress - Braille Transcription IDIQ
    Library Of Congress
    The Library of Congress is seeking proposals for Braille Transcription services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at supporting the National Library Service for the Blind and Print Disabled. The contractor will be responsible for transcribing English and Spanish reading materials into braille, utilizing automated translation software, with a focus on producing high-quality, accessible content for individuals unable to read standard print due to visual or physical limitations. This initiative is crucial for enhancing the availability of reading materials for over 170,000 titles currently offered by the National Library Service, which adds thousands of new titles annually. Proposals are due by January 6, 2026, at 12:00 PM EST, and interested parties can direct inquiries to Lianne Carroll at lcarroll@loc.gov or Jennifer Zwahlen at jzwa@loc.gov. The contract has a minimum value of $5,000 and a maximum of $5,000,000, with a performance period spanning from March 17, 2026, to March 16, 2028.
    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.
    Braille Music Transcription and Proofreading
    Library Of Congress
    The Library of Congress is seeking proposals for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Braille Music Transcription and Proofreading services. The contract aims to procure services for transcribing printed and electronic sheet music into braille and proofreading existing digital braille music files against hardcopy originals, ensuring compliance with established braille standards. This initiative is crucial for providing accessible music materials to individuals who are blind or visually impaired, thereby enhancing their access to educational and cultural resources. Proposals are due by January 7, 2026, with a maximum contract value of $250,000 and a minimum guarantee of $1,000 for each awardee. Interested vendors can contact James Robinson at jarobinson@loc.gov or Brenda Kinlay at bkinlay@loc.gov for further information.
    Library of Congress Food Service Operations
    Library Of Congress
    The Library of Congress is seeking proposals for comprehensive food service operations at its Capitol Hill buildings in Washington, DC, through an unrestricted contract. The contractor will be responsible for managing various food service facilities, including cafes and cafeterias, catering to approximately 1.9 million annual visitors and 3,300 staff members, while adhering to strict operational and sustainability standards. This procurement is significant as it operates under the Randolph-Sheppard Act, prioritizing blind vendors for cafeteria operations, and requires the contractor to maintain a profit and loss structure with a 1.5% commission reserve for the Library's food services. Interested vendors should contact David Leonard at dleonard@loc.gov, with the contract period spanning from March 31, 2026, to March 30, 2041, including a base period and four option periods.
    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.
    Video Conference Rooms
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified contractors to provide maintenance and support for video conferencing (VC) equipment across its existing and future VC rooms. The procurement aims to ensure operational integrity through managed support services, including maintenance of current systems and installation of new equipment, as the IRS anticipates a total of 557 VC rooms (377 existing and 180 projected). This opportunity is crucial for enhancing communication and collaboration within the agency, with an anticipated Request for Proposal (RFP) to be issued in the second quarter of FY26. Interested vendors must submit their responses to Contracting Officer Jillian Staskin at jillian.n.staskin@irs.gov by December 18, 2025, at 12:00 PM EST, adhering to the specified submission guidelines.
    59--CCA VIDEO DIGITI ER, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of CCA Video Digitizers. The procurement aims to inspect, evaluate, and test these units, determining their condition and returning serviceable and non-serviceable assets as specified in the contract requirements. These digitizers are critical components in various defense applications, necessitating adherence to strict quality assurance and inspection protocols throughout the repair process. Interested vendors must submit their quotes by December 17, 2025, and can direct inquiries to Julie E. Smith at 717-605-5805 or via email at JULIE.E.SMITH43.CIV@US.NAVY.MIL.