IT Operational Support Services IDIQ
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 is soliciting proposals for an IT Operational Support Services Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This multiple-award IDIQ has a maximum aggregate value of $150,000,000 over a five-year period. The opportunity is Unrestricted, as the Library of Congress, a legislative branch agency, does not have the authority to set aside contracts for small businesses. Phase One proposals are due January 5, 2026, at 12:00 PM ET, with tentative Phase Two proposals due March 5, 2026, at 12:00 PM ET.
Purpose & Scope
The Library of Congress requires comprehensive contract support for the operation and maintenance (O&M) of its IT systems. This includes network, software, and infrastructure for both on-premises and cloud-deployed systems, encompassing client/server, database, and web-based applications. The scope covers a broad range of IT services, including:
- IT Operations and Maintenance (O&M) planning and support
- Network (Voice/Data) planning and support
- Database Management Systems planning and support
- Communications and Messaging platforms support
- Collaboration Systems and Platforms support
- Systems Monitoring and Management
- Endpoint Devices Management
- Datacenter Operations and Infrastructure Management
- Cloud Operations and Management
- Operational Support (Service Desk, technical writing, etc.)
- Independent Verification and Validation (IV&V) Services
- IT-related Customer Education & Training
- Software quality assurance and testing services The contract also allows for the purchase or lease of commercial off-the-shelf (COTS) hardware or software integral to these support functions. An initial task order for Data Network Support is detailed in Attachment J4, outlining FFP services for a base year and four option years, primarily onsite in the Washington D.C. Metro area.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ)
- Task Order Types: Firm Fixed Price (FFP), Labor Hour, or Time and Materials (T&M)
- Period of Performance: Base period from May 1, 2026, to April 30, 2031
- Minimum Amount per Contract: $10,000.00
- Maximum Aggregate Amount: $150,000,000.00
- Place of Performance: Primarily onsite at various Library of Congress facilities in the Washington D.C. Metropolitan area. Remote work may be authorized per individual task order.
Set-Aside & Eligibility
This opportunity is Unrestricted. The Library of Congress, as a legislative branch agency, does not have the authority to implement small business set-asides.
Evaluation & Submission
Proposals will be evaluated through a two-phase "Best Value Trade-Off" process.
- Phase One: Strictly evaluated on Corporate Experience (Volume I).
- Phase Two: Evaluated on Technical Approach, Past Performance, and Price. Proposals must be submitted via email to the Contracting Officer and Contract Specialist; submissions through SAM.gov will not be accepted. Offerors must use the provided "Questions Template" (Attachment J6) for submitting questions. A Non-Disclosure Agreement (Attachment J3) is required to access confidential information related to data center addresses. The use of generative AI is prohibited without specific written authorization.
Key Amendments & Clarifications
- Amendment 0001: Extended Phase One submission deadline to January 5, 2026.
- Amendment 0002: Updated Sections J, L, and M, clarifying submission requirements and evaluation criteria.
- Amendment 0003: Updated Phase II questions deadline to February 18, 2026, and the tentative Phase II proposal deadline to March 5, 2026. Also adjusted font size requirements and added the questions template.
- Q&A: Confirmed the Unrestricted nature, clarified page limits, subcontractor experience, and prohibited unauthorized generative AI use. Incumbents include Accenture Federal Services LLC, Artemis Consulting, CGI Federal Inc., and MILCOR Corp.
Contact Information
- Primary: Tiffany Lucas (tluc@loc.gov)
- Secondary: Stephanie Boone (sboone@loc.gov)