Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2025 SAM #8791
SOLICITATION NOTICE

70 -- Process Application Development IDIQ

Notice Date
12/19/2025 7:54:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
CONTRACTS SERVICES Washington DC 20540 USA
 
ZIP Code
20540
 
Solicitation Number
030ADV26R0003
 
Response Due
1/22/2026 11:00:00 AM
 
Archive Date
02/22/2026
 
Point of Contact
Stefanie Fitte, Phone: 2028936318, Cristina Vega, Phone: 2028095481
 
E-Mail Address
sfitte@loc.gov, crvega@loc.gov
(sfitte@loc.gov, crvega@loc.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Amendment 0001 has been attached to the opportunity to update the question deadline to January 2, 2026 at 12:00 PM EST. Amendment 0001 will need to be singed and submitted with you propsal. *** Library of Congress Process Application Development IDIQ Executive Summary The Library has a continued requirement to license, maintain, configure, and support a cloud-based business management platform, which includes approximately 38 existing applications and integrations (see Attachment J3) for the Library�s various service units (see Attachment J2). The platform must provide a system that is compatible with the Library�s Enterprise Architecture and IT security directive. The existing system is the Solutions Business Manager Software (SBM) provided by OpenText. The Library will be utilizing FAR 11.104, Brand Name or Equal to communicate that the Library�s salient characteristics are firm requirements. Information pertaining to the Brand Name or Equal Salient Characteristics may be found in the Attachment J12 document and the Attachment J3 Existing Applications and Integrations Descriptions and Diagrams. The existing applications and integrations document (J3) is provided to potential offerors who intend to propose a different solution than what is currently running at the Library. Any viable offer differing from SBM must address the development and transition of the Library�s existing service unit applications (Attachment J2). Due to the sensitivity and daily access requirements, down-time would need to be at a minimum. The Library is open to receiving offers that require a transition period, but this period should not exceed 6- months. An Implementation plan and project management plan describing the work, time, and effort (LOE) is required for any solution other than SBM Software. For any transition, the Library will work with the awardee to prioritize the existing workflows and application within the existing system. A Labor-hour CLIN on Task Order 1 is provided to allow for the communication and fluctuation required for this type of unknown work. The contractor must provide a reasonable estimation and cost for such an implementation. Costs for this CLIN will be compared to the existing software implementation (duration, and cost) escalated to present day to determine reasonableness. IDIQ labor rates and licensing costs will be held firm for a 5-year procurement period with the option for an additional 5- year period. Offerors must propose their recommended system for Task Order 1 for which the offeror is an authorized reseller and identify the original manufacturer of the offeror�s system solution. Offerors must indicate whether they would accept an IDIQ contract award for Performance areas 2 and 3 (Task Order 2), if offering the same system solution as the offeror awarded Performance Area 1. Performance areas are summarized below: Performance Area 1: Business Management Platform Licenses, Cloud Hosting, Upgrades, and Maintenance Performance Area 2: Platform Application Configuration, Maintenance, and Enhancements Performance Area 3: Platform Application Development The Library�s goal is to have a single or multiple Indefinite Delivery Indefinite Quantity (IDIQ) type contracts that can support the licensing, hosting, platform upgrades and maintenance, configuration enhancements, configurations/development, and support activities which will be defined at the order level on a Firm Fixed-Price or Labor-Hour basis. The Library looks forward to a healthy competitive environment and welcomes you to review the solicitation attached. Interested contractors shall review all attachments and adhere to the solicitation guidlines, 030ADV26R0003.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7a2de3e210294043b91911c5320ccb99/view)
 
Place of Performance
Address: Washington, DC 20540, USA
Zip Code: 20540
Country: USA
 
Record
SN07671636-F 20251221/251219230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.