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 22, 2026, 7:00 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 is soliciting proposals for a Process Application Development IDIQ contract to provide comprehensive Business Management Platform Services. This opportunity covers licensing, maintenance, configuration, and support for a cloud-based platform managing approximately 38 existing applications. The current system is OpenText Solutions Business Manager (SBM), and the Library is utilizing a Brand Name or Equal approach. Proposals are due February 11, 2026, at 5:00 PM EST.

Opportunity Overview

The Library of Congress requires continued support for its critical cloud-based business management platform, which must be compatible with its Enterprise Architecture and IT security directives. While the existing system is OpenText SBM, offerors may propose alternative solutions, provided they address the development and transition of existing service unit applications with minimal downtime (not exceeding 6 months). An Implementation plan and project management plan are required for non-SBM solutions.

Scope of Work

This Indefinite Delivery Indefinite Quantity (IDIQ) contract will support three key 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. Services include system hosting, application management, software licensing, upgrade/migration/build services, testing in non-production environments, verification in AWS GovCloud production, and assistance with security assessment, testing, and continuous monitoring. The platform supports human capital management for approximately 3,400 staff.

Contract Details

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) and/or Labor Hour (LH) task orders.
  • Minimum Order: $200,000.00
  • Maximum Aggregate: $20,000,000.00 for all IDIQ contracts.
  • Period of Performance:
    • IDIQ: 5-year base (06/17/2026 - 06/16/2031) with a 5-year option (06/17/2031 - 06/16/2036).
    • Task Order 1 (Licensing, Hosting, Implementation): 04/01/2026 - 03/31/2031.
    • Task Order 2 (O&M): 03/28/2026 - 03/27/2031.
  • Place of Performance: Remotely at the contractor's facilities.
  • Product Service Code: 7A20 (Application Development Software Delivered By Perpetual License).

Set-Aside

This acquisition is set aside for UNRESTRICTED or SMALL BUSINESS.

Evaluation Criteria

Award will be based on 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. Offerors must be authorized resellers for their proposed system for Task Order 1.

Submission Requirements & Deadlines

Proposals, including all four signed amendments, must be submitted electronically by February 11, 2026, at 5:00 PM EST. Offerors who have already submitted a proposal must review and resubmit in compliance with the updated Section L. Key attachments include J12 (Salient Characteristics), J3 (Existing Applications), J1 (Architecture), J5 (IDIQ Pricing), J7 (Task Order 1 Pricing), J10 (Task Order 2 Pricing), J8 (Task Order 2 SOW), J9 (Task Order 2 Backlog), and J4 (QASP).

People

Points of Contact

Stefanie FittePRIMARY
Cristina VegaSECONDARY

Files

Files

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