Transportation Services IDIQ - 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 is soliciting proposals for Transportation Services under an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. This opportunity seeks commercial shippers and/or specialized firms to package, store, and transport Library materials, including non-fragile, fragile, fine arts, and film/media items, from various locations domestically and internationally. The acquisition is unrestricted. Proposals are due by 12:00 PM ET on February 20, 2026.
Scope of Work
The selected contractor will be responsible for the safe and efficient packaging, storage, and transportation of diverse Library materials. This includes:
- Handling items ranging greatly in use, size, and distance.
- Providing services across four performance areas: Non-Fragile, Fragile, Fine Arts, and Film/Media.
- Ensuring proper packing to prevent damage.
- Utilizing experienced staff with specialized knowledge.
- Providing necessary supplies and equipment, including custom crates for sensitive items.
- Adhering to specific delivery requirements for Library of Congress facilities, including security protocols and vehicle clearances.
- Complying with all applicable local, state, and federal regulations, and generating customs clearance documents for international shipments.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ). The Library reserves the right to award single or multiple IDIQ contracts.
- Period of Performance: The contract(s) will start on June 1, 2026, for a five-year ordering period.
- Contract Minimum: $500.00 (per individual IDIQ).
- Contract Ceiling: $3,000,000.00 (per individual IDIQ).
- Set-Aside: Unrestricted.
Submission & Evaluation
Proposals must be submitted electronically via email to the Contracting Officer and Contract Specialist. Offerors may submit proposals for one or more performance areas. Required submissions include a Technical Proposal (Management Approach, Quality-Control Plan, Corporate Experience), Past Performance information, and a Price Proposal.
- Evaluation: Best-Value Trade-Off (BVTO) approach, with Technical Proposal, Past Performance, and Price Proposal as evaluation factors, in descending order of importance.
- Proposal Due Date: February 20, 2026, at 12:00 PM ET.
- Past Performance Questionnaires (PPQ) Due: February 20, 2026, at 12:00 PM ET.
- Registration: Offerors must be registered in the System for Award Management (SAM).
Key Amendments & Clarifications
- Amendment 0005: Provides background information on IDIQ contracts and guidance for price-proposal revisions, emphasizing comprehensive price schedules and scenario pricing.
- Amendment 0001, 0003: Extended the proposal submission deadline to February 20, 2026, and updated the contract start date to June 1, 2026. It also added preferred services to Section C and provided initial Q&A.
- Amendment 0002: Extended the due date for Past Performance Questionnaires (Attachment J6) to February 20, 2026.
- Amendment 0004: Revised Attachment J8 to include a previously missed Q&A.
- Q&A Documents (Attachment J8): Clarify performance areas, contract type, shipment origins, handling/packaging preferences, delivery locations, customs, and pricing requirements (fully burdened prices for the five-year period). Offerors can submit proposals for all four performance areas in a single email, provided it does not exceed 20MB.
Contact Information
- Primary Contact: Jennifer Zwahlen (jzwa@loc.gov)
- Secondary Contact: Nikolas Wellstead (nwellstead@loc.gov)