Inspection of Production Lots Program - Library of Congress
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Library of Congress (LC), through its Collections Management Division, is seeking an Inspection Contractor for its "Inspection of Production Lots Program (IPLP)". This Combined Synopsis/Solicitation (FAR 13.5) aims to secure inventory management support services, primarily involving the inspection and review of collection data within the LC's FOLIO system and other databases. The contract is a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) orders, with an estimated maximum value of $6,000,000.00. Proposals are due by May 5, 2026, at 12:00 PM ET.
Scope of Work
The selected contractor will provide comprehensive inventory management support, focusing on data integrity verification for various collection materials including serials, monographs, maps, manuscripts, microforms, loose leaf collections, prints, and photographs. Key tasks include:
- Physical Inspection: 100% physical review of items for barcodes, correct labels, and absence of damage or mold.
- Integrated Inspection & Data Verification: Inspecting and confirming the accuracy of bibliographic, holdings, item, and location data within the LC's FOLIO system.
- Sorting and Routing: Identifying errors or discrepancies and routing flagged materials to appropriate LC staff for resolution.
- Reporting: Providing daily, weekly, monthly, and annual statistical reports.
- Quality Control: Maintaining a daily accuracy rate of 97%.
- Work Environment: Tasks may involve light to moderate lifting (up to 44 lbs), pulling/pushing, standing, stooping, and bending in various Library facilities, which can be cool and sometimes dusty (65-71 degrees Fahrenheit).
Contract Details
- Contract Type: Single-award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) orders.
- Period of Performance: A base year (July 25, 2026 - July 24, 2027) plus four one-year option periods, extending through July 24, 2031.
- Estimated Value: Minimum $10,000.00, Maximum $6,000,000.00 (maximum ceiling is not guaranteed).
- Place of Performance: Washington, DC, United States.
- Set-Aside: Unrestricted (no specific set-aside detailed).
- Product Service Code: R605 (Library Services).
Submission & Evaluation
- Proposal Submission: Offers must be submitted via email to Jennifer Zwahlen (jzwa@loc.gov) and Jacqueline Miller (jacmiller@loc.gov) by the due date. The email subject line must include the RFP number (030ADV26R0014). Proposals should adhere to specified formatting (Microsoft Office or Adobe, 8.5x11, single-spaced, 1-inch margins, 12-point font) and be submitted as separate volumes. Maximum file size per email is 20MB.
- Key Deadlines:
- Questions Due: April 20, 2026, at 12:00 PM ET.
- Proposals Due: May 5, 2026, at 12:00 PM ET.
- Evaluation Factors: A Best Value Trade-Off (BVTO) approach will be used. Evaluation factors, in order of importance, are: Technical Volume (Technical Approach, Management & Staffing, Corporate Experience), Past Performance, and Price.
- Required Attachments: Offerors must complete and submit Attachment J1 (Pricing Spreadsheet), and be aware of Attachment J2 (Service Contract Act Wage Determination) and Attachment J3 (Past Performance Questionnaire).
Additional Notes
Key personnel, including a Project Manager and Assistant Project Manager, are required. Registration in the System for Award Management (SAM) is mandatory for award. Bidders must consider the U.S. Department of Labor Wage Determination (Attachment J2) for labor cost estimation and compliance.