Skip to content
Library Of Congress

Process Application Development IDIQ

Solicitation: 030ADV26R0003
Notice ID: 5ca473d4f46f483595a39bf71f70e87f
TypeCombined Synopsis SolicitationNAICS 513210PSC7A20Set-AsideNONEDepartmentLibrary Of CongressStateDCPostedJan 22, 2026, 12:00 AM UTCDueJan 23, 2026, 05:00 PM UTCExpired

Combined Synopsis Solicitation from LIBRARY OF CONGRESS • LIBRARY OF CONGRESS. Place of performance: DC. Response deadline: Jan 23, 2026. Industry: NAICS 513210 • PSC 7A20.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$101,936,376
Sector total $163,862,243 • Share 62.2%
Live
Median
$98,051
P10–P90
$18,647$476,903
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
62.2%
share
Momentum (last 3 vs prior 3 buckets)
+169040%($101,815,912)
Deal sizing
$98,051 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20540 United States
State: DC
Contracting office
Washington, DC • 20540 USA

Point of Contact

Name
Stefanie Fitte
Email
sfitte@loc.gov
Phone
2028936318
Name
Cristina Vega
Email
crvega@loc.gov
Phone
2028095481

Agency & Office

Department
LIBRARY OF CONGRESS
Agency
LIBRARY OF CONGRESS
Subagency
CONTRACTS SERVICES
Office
Not available
Contracting Office Address
Washington, DC
20540 USA

More in NAICS 513210

Description

Amendment 0003 has been attached to the opportunity to extend the submission deadline to Jaunuary 23, 2026 at 12:00 PM EST.

***

Amendment 0002 has been attached to the opportunity to provide answers to questions asked.

***

Amendment 0001 has been attached to the opportunity to update the question deadline to January 2, 2026 at 12:00 PM EST. Amendment 0001, 0002, & 0003 will need to be singed and submitted with you propsal. 

***

Library of Congress
Process Application Development IDIQ
Executive Summary

The Library has a continued requirement to license, maintain, configure, and support a
cloud-based business management platform, which includes approximately 38 existing
applications and integrations (see Attachment J3) for the Library’s various service units
(see Attachment J2). The platform must provide a system that is compatible with the
Library’s Enterprise Architecture and IT security directive. The existing system is the
Solutions Business Manager Software (SBM) provided by OpenText. The Library will be
utilizing FAR 11.104, Brand Name or Equal to communicate that the Library’s salient
characteristics are firm requirements. Information pertaining to the Brand Name or Equal
Salient Characteristics may be found in the Attachment J12 document and the Attachment
J3 Existing Applications and Integrations Descriptions and Diagrams. The existing
applications and integrations document (J3) is provided to potential offerors who intend to
propose a different solution than what is currently running at the Library.


Any viable offer differing from SBM must address the development and transition of the
Library’s existing service unit applications (Attachment J2). Due to the sensitivity and daily
access requirements, down-time would need to be at a minimum. The Library is open to
receiving offers that require a transition period, but this period should not exceed 6-
months. An Implementation plan and project management plan describing the work, time,
and effort (LOE) is required for any solution other than SBM Software. For any transition, the
Library will work with the awardee to prioritize the existing workflows and application within
the existing system. A Labor-hour CLIN on Task Order 1 is provided to allow for the
communication and fluctuation required for this type of unknown work. The contractor
must provide a reasonable estimation and cost for such an implementation. Costs for this
CLIN will be compared to the existing software implementation (duration, and cost)
escalated to present day to determine reasonableness. IDIQ labor rates and licensing
costs will be held firm for a 5-year procurement period with the option for an additional 5-
year period.

Offerors must propose their recommended system for Task Order 1 for which the offeror is
an authorized reseller and identify the original manufacturer of the offeror’s system
solution. Offerors must indicate whether they would accept an IDIQ contract award for
Performance areas 2 and 3 (Task Order 2), if offering the same system solution as the
offeror awarded Performance Area 1. Performance areas are summarized below:

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 Library’s goal is to have a single or multiple Indefinite Delivery Indefinite Quantity (IDIQ)
type contracts that can support the licensing, hosting, platform upgrades and
maintenance, configuration enhancements, configurations/development, and support
activities which will be defined at the order level on a Firm Fixed-Price or Labor-Hour basis.
The Library looks forward to a healthy competitive environment and welcomes you to
review the solicitation attached. 

Interested contractors shall review all attachments and adhere to the solicitation guidlines, 030ADV26R0003. 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.