Process Application Development IDIQ

SOL #: 030ADV26R0003Combined Synopsis/Solicitation

Overview

Buyer

Library Of Congress
Library Of Congress
CONTRACTS SERVICES
Washington, DC, 20540, United States

Place of Performance

Washington, DC

NAICS

Software Publishers (513210)

PSC

Application Development Software Delivered By Perpetual License, Consisting Of Analysis, Design, Development, Code, Test And Release Packages Associated With Application Development Projects. (7A20)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 11, 2025
2
Last Updated
Feb 2, 2026
3
Submission Deadline
Jan 23, 2026, 5:00 PM

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 has issued a Combined Synopsis/Solicitation for a Process Application Development IDIQ to secure continued licensing, maintenance, configuration, and support for its cloud-based business management platform. This opportunity is designated as UNRESTRICTED or SMALL BUSINESS. Proposals are due by January 23, 2026, at 12:00 PM EST.

Purpose & Scope

The Library requires a cloud-based business management platform to support approximately 38 existing applications and integrations, critical for various service units. The current system is OpenText's Solutions Business Manager (SBM). The solicitation utilizes a "Brand Name or Equal" approach, meaning offerors can propose alternative solutions that meet the Library's firm salient characteristics (Attachment J12). Any viable alternative must address the development and transition of existing applications, with a transition period not exceeding six months.

The IDIQ will cover three main Performance Areas:

  • 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 platform must be compatible with the Library’s Enterprise Architecture and IT security directives, operating within an AWS GovCloud environment (Attachment J1).

Contract Details

This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with task orders issued on a Firm Fixed-Price (FFP) or Labor-Hour (LH) basis. The maximum aggregate amount for all IDIQ contracts is $20,000,000.00, with a minimum order of $200,000.00. The period of performance includes a 5-year base period (June 17, 2026 - June 16, 2031) and an option for an additional 5 years (June 17, 2031 - June 16, 2036). IDIQ labor rates and licensing costs will be held firm for the entire 10-year period. Performance will be conducted remotely at the contractor's facilities.

Key Requirements & Deliverables

Offerors must propose their recommended system for Task Order 1 and identify the original manufacturer, confirming they are an authorized reseller. For non-SBM solutions, an implementation plan and project management plan are required, including a reasonable cost estimate for transition. A Labor-Hour CLIN on Task Order 1 is provided for unknown transition work. Bidders must adhere to the Library's Quality Assurance Surveillance Plan (QASP) (Attachment J4), System Development Life Cycle (SDLC), and security requirements, including obtaining an Authorization to Operate (ATO). Key personnel, such as a Project Manager with Federal HR solutions experience, are required. Pricing proposals must utilize provided templates for Task Order 1 (J7) and Task Order 2 (J10), aligning with IDIQ labor categories and licenses (J5).

Submission & Evaluation

Proposals will be evaluated using a "Best Value Trade-Off" approach, considering both price and non-price factors. Non-price factors, in descending order of importance, include Corporate Experience, Technical Solution (for Task Orders 1 & 2), Project Management Plan, and Staffing. Price will be evaluated for completeness and reasonableness.

Amendments & Deadlines

  • Amendment 0001 updated the question submission deadline to January 2, 2026, at 12:00 PM EST.
  • Amendment 0002 provided answers to questions, clarifying details on existing contracts for SBM Cloud and Maintenance.
  • Amendment 0003 extended the proposal submission deadline to January 23, 2026, at 12:00 PM EST.

Contact Information

Primary Contact: Stefanie Fitte (sfitte@loc.gov, 202-893-6318). Secondary Contact: Cristina Vega (crvega@loc.gov, 202-809-5481).

People

Points of Contact

Stefanie FittePRIMARY
Cristina VegaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Jan 7, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 19, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View