RFQ: Currency Reader Information Management System (CRIMS) Support, Enhancements, and Upgrades
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 (LOC) is soliciting proposals for Currency Reader Information Management System (CRIMS) Support, Enhancements, and Upgrades. This unrestricted Request for Quote (RFQ) seeks contractor support to modernize CRIMS by implementing a secure Azure web-based user interface, enhancing patron engagement and record security, and migrating paper-based workflows to electronic processes. Quotes are due December 26, 2025, at 8:00 PM EST.
Scope of Work
The LOC requires contractor support to maintain the existing CRIMS, support recent legacy upgrades, and transition to a fully web-based electronic workflow. Key objectives include:
- Implementing a secure Microsoft Azure-based environment to improve system security and maximize efficiencies.
- Reducing reliance on custom-coded legacy operations modules and paper-based application submissions.
- Maintaining digital signature capability and enhancing the patron customer experience through faster, easier order processing.
- Complying with government initiatives to reduce hard-copy paper and adhering to LOC information security regulations.
- The focus for the initial year is primarily system support and migrating existing systems to Azure, with minimal new feature development.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- Period of Performance: A 12-month base period (February 18, 2026 – February 17, 2027) and a 3-month option period (February 18, 2027 – May 17, 2027).
- Place of Performance: Washington, DC.
- Set-Aside: This acquisition is unrestricted.
- Incumbent: Capstone IT, Inc. (UEI: NQR8NCCRK745). The incumbent will participate in a 3-month transition period, providing knowledge transfer and the system backlog/roadmap.
- System Details: CRIMS is approximately 90% in production, 10% in beta. It supports less than 10 read/write users, ~100 webform submissions/month, and ~7000 text-based transactions annually. The system is currently hosted in the incumbent's managed tenant and must be moved to MS Azure by the awardee.
Submission & Evaluation
- Quote Submission Deadline: December 26, 2025, at 8:00 PM EST.
- Submission Method: Email quotes to tblose@loc.gov and qcart@loc.gov.
- Evaluation: A Best Value Trade Off approach will be used. Technical Approach and Corporate Experience are the primary non-price factors, with price being less important. Offerors receiving "Low Confidence" ratings in technical factors will not be considered for award.
- Proposal Requirements: Non-price evaluation factors should not exceed 10 pages.
- Pricing: Offerors must use the updated Attachment J5 (Price Quote Template) to submit pricing, detailing labor categories (e.g., Cloud Engineer, Software Engineer) and MS Azure support breakdown. The Q&A clarifies estimated effort for CLIN 0001 (168 shared hours/monthly sprint) and CLIN 0002 (5-7 hours/month for Azure support, including provisioning and management).
Key Attachments & Clarifications
- Amendment 0002 provides answers to vendor questions and incorporates them into Section J, along with an updated Attachment J5 (Price Quote Template).
- Attachment J7 (Agile Methodology) outlines the expected Scrum framework, including roles, ceremonies, and metrics, which bidders should understand.
- Attachment J4 (LOC OCIO IT Sec Dir 5-410.1) details the Library's stringent IT security policies, which all proposed solutions must comply with.
- Attachment J1 (CRIMS SLA Draft) defines critical operational and performance standards, including response times, security compliance, and disaster recovery.