Inventor's Assistance Center (IAC) Services
ID: 1333BJ25R00150007Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFUS PATENT AND TRADEMARK OFFICEDEPT OF COMMERCE PTOALEXANDRIA, VA, 22314, USA

NAICS

Telemarketing Bureaus and Other Contact Centers (561422)

PSC

SUPPORT- PROFESSIONAL: POLICY REVIEW/DEVELOPMENT (R406)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 28, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 7:00 PM UTC
Description

The Department of Commerce, specifically the U.S. Patent and Trademark Office (USPTO), is seeking proposals for Inventor's Assistance Center (IAC) Services under solicitation number 1333BJ25R00150007. The procurement aims to provide knowledgeable staff, including a Program Manager and IAC Specialists, to assist with patent-related inquiries and manage operations over a performance period extending from April 30, 2025, to October 30, 2030. This initiative is crucial for enhancing support for inventors and ensuring effective management of the IAC, which plays a vital role in facilitating access to patent information and services. Interested contractors should direct inquiries to Mike Spatuzzi or Kelly Gustafson via email, and the contract value is estimated at $6,539,152.64, with proposals due by the specified deadlines.

Point(s) of Contact
Files
Title
Posted
Jan 28, 2025, 10:11 PM UTC
The document outlines a solicitation for commercial items by the U.S. Patent and Trademark Office (USPTO) under solicitation number 1333BJ25R00150007. It seeks proposals for services to assist the Inventors Assistance Center (IAC), particularly to provide a Program Manager and staff knowledgeable in intellectual property and patent processes. Services include answering inquiries at USPTO events and managing IAC operations over several performance years, ending in April 2030, with options for extensions. The procurement is unrestricted but emphasizes small business engagement, with the North American Industry Classification System (NAICS) code 561422. Various clauses are referenced for compliance, including inspection protocols and data rights. Suppliers must also adhere to government regulations concerning confidentiality, labor standards, and electronic payments. This solicitation emphasizes the USPTO's commitment to enhancing support for inventors by ensuring knowledgeable expertise is available, facilitating effective operational management for the IAC, and aligning with federal regulations for contract performance and compliance.
Jan 28, 2025, 10:11 PM UTC
This document outlines Amendment 0001 to the solicitation number 1333BJ25R00150007 from the US Patent and Trademark Office (USPTO). The amendment's primary purpose is to address solicitation inquiries, update the Performance Work Statement (PWS), and enhance the Quality Assurance Surveillance Plan (QASP). Key updates include specifying requirements for the Contractors to generate automatic reports and provide monthly statistical reports using the Enterprise Contact Center system. It also details a seamless 60-day transition plan for contractors. Additionally, the page limit for technical approach submissions has been increased from eight to ten pages. The document provides extended descriptions of services, emphasizing the need for knowledgeable staff in intellectual property to manage the Inventors Assistance Center effectively and to support USPTO events. The performance periods for these services span from April 30, 2025, to October 30, 2030, indicating long-term engagement. The document retains existing terms and items while necessitating acknowledgment of the amendments by bidders, ensuring compliance with various Federal Acquisition Regulation clauses. Overall, the amendment reflects the USPTO's commitment to enhancing its operational efficacy through detailed contractor requirements and clearer performance expectations.
The Inventor's Assistance Center (IAC) Quality Assurance Surveillance Plan (QASP) outlines the standards and procedures for overseeing the Contractor's performance in providing patent examination information services. The USPTO aims to ensure the effective delivery of assistance through a performance-based contract, which includes metrics for customer satisfaction, call wait times, and abandonment rates. The QASP defines the roles and responsibilities of USPTO and contractor personnel, establishes quality surveillance methods such as random and periodic inspections, and sets performance requirements for service delivery. The plan emphasizes compliance and correction of performance issues while detailing evaluation methods applicable to contract specifications. Regular reporting and communication between the Contractor and USPTO management are vital for addressing quality assurance challenges. The QASP serves as a framework for continuous monitoring and improvement of contractor services, ultimately fostering innovation and competiveness through reliable patent information.
Jan 28, 2025, 10:11 PM UTC
The Inventors Assistance Center (IAC) Support Services document delineates an Alternate Worksite Agreement between the U.S. Patent and Trademark Office (USPTO) and Contract Employees. This agreement permits telework from a specified off-campus location within the continental U.S., ensuring proper equipment, safety, and compliance with legal standards. Key responsibilities include maintaining a safe work environment, ensuring high-speed internet access, safeguarding confidential patent information, and upholding customer service standards. Contract Employees must adhere to USPTO’s worksite safety guidelines and are liable for operational costs associated with their worksite. They are required to use agency-provided equipment solely for official duties and report any issues or damages immediately. The document establishes clear expectations regarding safeguarding sensitive patent files, which can only be processed at the designated worksite. Overall, this agreement emphasizes the importance of compliance with safety regulations, confidentiality of patent documents, and the responsibilities of Contract Employees in maintaining operational and technological readiness while working remotely. It represents the agency’s commitment to secure, efficient teleworking practices to support the innovative processes of the USPTO.
Jan 28, 2025, 10:11 PM UTC
The Worksite Safety Guidelines outline essential safety measures to be adhered to within a workplace environment. Key guidelines focus on maintaining optimal conditions in temperature, noise, ventilation, and lighting to support employee performance. Additional safety mandates include ensuring that stairs with four or more steps have handrails, that all electrical systems are functional and safe, and that workstations are equipped with sturdy chairs. It emphasizes keeping pathways clear of hazards like phone lines and electrical cords, ensuring proper functioning of smoke and fire detectors, and preventing obstruction of air vents on electrical equipment. Overall, these guidelines are fundamental for creating a safe and efficient work environment, crucial for compliance with safety regulations and promoting employee well-being in federal and state contexts.
Jan 28, 2025, 10:11 PM UTC
The "USPTO Rules of the Road" document outlines the guidelines for using the United States Patent and Trademark Office (USPTO) network and information systems. Its primary purpose is to ensure responsible, legal, and respectful use of shared resources among USPTO employees and contractors. The policy emphasizes the intended, ethical, and proper use of these resources. Key rules include prohibiting unauthorized business activities, ensuring federal records are saved, maintaining password security, and protecting user privacy. It is also critical to safeguard sensitive data, respect copyright laws, and avoid using the systems for offensive material or harassment. Additionally, the document addresses network integrity and the prohibition of using unapproved devices or circumventing security controls. Responsibilities for compliance are laid out, and the document reinforces adherence to existing federal laws and internal policies. Overall, it serves as a comprehensive guide to ensure the security and integrity of USPTO's information systems while supporting compliance with government regulations and security standards.
Jan 28, 2025, 10:11 PM UTC
The document outlines the labor hour requirements for the Inventors Assistance Center (IAC) across several fiscal periods, including a base year and four subsequent option years. Each section specifies labor hours needed for various positions, specifically IAC Specialists, Program Managers, and Events Support, but lists a total of zero hours for all categories. The pricing structure follows the Federal Acquisition Regulation (FAR) 52.217-8, indicating potential pricing for six months across these roles. The lack of quantities underscores a need for further specification, potentially reflecting a preliminary state in the contracting process. The file aims to facilitate bidding or grant applications by establishing a framework for recruitment under the IAC program, essential for identifying resources to support inventor assistance at federal or state levels.
Jan 28, 2025, 10:11 PM UTC
The Inventors Assistance Center (IAC) Services RFP #1333BJ25R00150007 outlines the process for assessing past performance by contractors, emphasizing the need for a completed Past Performance Questionnaire (PPQ). This questionnaire, to be submitted by a past performance reference, evaluates contractors on various criteria: Technical/Quality of Service, Schedule/Timeliness, Cost Control, Management or Business Relations, Small Business Subcontracting, and Regulatory Compliance. Each criterion includes a rating scale ranging from Exceptional to Unsatisfactory, with narratives required for any ratings other than Not Applicable. The evaluation focuses on compliance with contract requirements, risk management, delivery schedules, cost efficiencies, and overall management effectiveness, aiming to ensure high-quality service and compliance with federal contracting standards. This systematic approach ensures accountability and promotes effective execution of contracts within the framework of federal RFP processes.
Jan 28, 2025, 10:11 PM UTC
The document addresses a series of questions related to federal and state/local Requests for Proposals (RFPs) and grants. It serves as a reference for potential applicants by providing clarity on expectations, application processes, funding criteria, and any specific requirements outlined in the RFPs. Key components include administrative procedures, evaluation criteria, and compliance necessities that applicants must understand to successfully navigate the proposal landscape. The clarity of this document aims to facilitate applicant engagement and enhance the quality of submissions by ensuring that all stakeholders are informed of critical guidelines and standards. Overall, its purpose is to streamline the RFP process and improve the efficiency of funding allocations within federal and local government frameworks.
Jan 28, 2025, 10:11 PM UTC
Jan 28, 2025, 10:11 PM UTC
The Inventor’s Assistance Center (IAC) Quality Assurance Surveillance Plan (QASP) delineates the quality monitoring framework for a performance-based contract with the United States Patent and Trademark Office (USPTO). The primary goal is to ensure efficient public assistance regarding patent policies and enhance customer service through timely responses. The QASP outlines the roles and responsibilities of both USPTO personnel and contractor staff, guiding quality surveillance, performance metrics, and documentation processes. Key elements include a range of surveillance methods—such as customer feedback, random sampling, and detailed inspections of deliverables—focused on specific performance standards, like call wait times and customer satisfaction rates, with set thresholds for evaluation. It emphasizes the need for continuous monitoring and the importance of effective communication among involved parties to address any performance discrepancies promptly. The document serves as a vital tool in contract management, aiming to ensure that the contractor meets agreed performance metrics, thereby contributing to the efficient functioning of the IAC and enhancing the quality of service provided to the inventor community. Overall, the QASP represents a structured approach to maintaining high service quality through measured oversight and accountability.
Jan 28, 2025, 10:11 PM UTC
The document outlines a government Request for Proposals (RFP) for providing Integrated Assistance Center (IAC) services for the United States Patent and Trademark Office (USPTO). It includes detailed requirements for contractors, such as staffing plans, technical approaches, and past performance evaluations. Key tasks include managing call volumes, assisting with patent-related inquiries, and providing adequate training for IAC personnel. The current contract holder is Tuknik Government Services, with a total contract value of $6,539,152.64. The document specifies that offerors need to propose hourly rates for IAC specialists, with a specific focus on prior experience and certification, particularly for Primary Patent Examiners. Moreover, the RFP details logistical aspects like personnel training timelines, transition plans, and equipment provisions by the government. Key questions from potential offerors are addressed regarding staffing, equipment requirements, certification needs, and performance measurement criteria. The document emphasizes compliance with solicitation requirements while allowing flexibility in addressing specific call handling metrics. Overall, it serves as a foundational guideline for contractors seeking to bid for the noted position at the USPTO, highlighting essential deliverables and administrative procedures necessary for compliance and successful operation.
Jan 28, 2025, 10:11 PM UTC
The Patents Contact Centers Survey serves as a comprehensive evaluation of existing support systems for patent-related inquiries within government contact centers. This survey aims to identify strengths and weaknesses in the current framework, ensuring that these centers effectively address public and stakeholder needs related to patent information. Key areas of focus include response times, accuracy of information provided, customer satisfaction levels, and the technological infrastructure supporting these services. The survey will gather feedback from users to enhance service quality and allocate resources more effectively. Ultimately, the findings will guide potential improvements to streamline operations and enhance public engagement with patent services, indicating a commitment to maintaining a responsive and efficient patent system within the government.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
BPA - SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK PSC R498
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for professional patent and trademark services. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The services are critical for supporting the Navy's intellectual property needs and ensuring compliance with legal standards. Interested vendors must submit their documentation and past performance references by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
DRAFT Solicitation: Training and Instructional Support Services
Buyer not available
The U.S. Patent and Trademark Office (USPTO) is seeking contractor support for Training and Instructional Support Services aimed at enhancing the effectiveness of patent examiners and staff. The procurement focuses on providing comprehensive training on automation and desktop tools through both classroom and eLearning modalities, ensuring compliance with federal accessibility standards. This initiative is critical for fostering innovation and improving workforce capabilities within the USPTO, which plays a vital role in U.S. competitiveness. Interested vendors should note that this is a presolicitation notice, and a formal solicitation will be posted on SAM.gov, with no proposals being accepted at this time. For inquiries, potential offerors may contact Robert Garske at robert.garske@uspto.gov or Kelly Gustafson at kelly.gustafson@uspto.gov.
FY2025 USPS OIG Broad Agency Announcement
Buyer not available
The United States Postal Service Office of Inspector General (USPS OIG) has issued a Broad Agency Announcement (BAA) for Fiscal Year 2025, inviting proposals for professional, consultant, and support services to enhance its operations. The solicitation, identified as 6HQOIG-25-A-0001, seeks a range of services including legal advice, research solutions, investigations, audits, IT services, and administrative support, with submissions accepted on a rolling basis until September 30, 2025. This opportunity is significant as it allows for the procurement of essential services that support the OIG's mission, while also emphasizing compliance with specific reporting requirements, including those related to veteran assistance. Interested parties can reach out to USPS OIG Contracting at contracts@uspsoig.gov for further information, and contract award decisions are expected to be made within approximately 30 days of submission.
AutoCAD AutoDesk AEC
Buyer not available
The Department of the Interior, through its Interior Business Center's Acquisition Services Directorate, is seeking proposals for the renewal of Autodesk software subscription licenses and online training services, specifically targeting small businesses under the NASA SEWP V contract. The procurement aims to enhance IT operations by providing necessary software tools, including the Autodesk Architecture, Engineering, and Construction (AEC) Collection, which encompasses AutoCAD and Revit applications. The contract will follow a firm-fixed pricing structure for multiple license renewals and training offerings, with a performance period set from May 26, 2025, to May 25, 2026. Interested vendors can reach out to Vanessa Barreto at VANESSABARRETO@IBC.DOI.GOV or call 703-964-3694 for further details.
U--Training and Technical Assistance (TTA) Network
Buyer not available
The Department of the Interior, through the Acquisition Services Directorate, is seeking proposals for the Training and Technical Assistance (TTA) Network services under the Head Start program, aimed at enhancing service delivery for approximately 1,700 grantees across twelve U.S. regions. The procurement involves awarding twelve Time and Materials (T&M) contracts, each with an eleven-month base period and four optional twelve-month extensions, focusing on areas such as school readiness, compliance support, and professional development for staff. This initiative is critical for improving early childhood education services and ensuring compliance with federal standards, reflecting the government's commitment to supporting economically disadvantaged families. Interested parties must submit their proposals by April 11, 2025, at 11:30 AM ET, and can direct inquiries to Gabriella Jones at gabriellajones@ibc.doi.gov or by phone at 703-964-8831.
U.S. Senate Information Technology Support Contract (ITSC) V
Buyer not available
The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking proposals for the Information Technology Support Contract (ITSC) V, aimed at outsourcing essential IT services across Senate offices in Washington, D.C., and all fifty states. The contract will provide comprehensive support for workstation and server hardware, software applications, help desk services, and maintenance, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a two-year base period and four optional one-year extensions, contingent on funding availability. This initiative is critical for enhancing the operational efficiency of the Senate's IT infrastructure, ensuring seamless support for legislative functions while adhering to strict security and quality assurance standards, including ISO/IEC 20000 certification. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
99--Notice Regarding Department of the Interior, IBC, AQD Contract Closeout
Buyer not available
The Department of the Interior, through its Interior Business Center (IBC) Acquisition Services Directorate (AQD), is initiating the closeout of contracts that have reached the end of their performance period and have a remaining balance of zero dollars. This action is in accordance with FAR 4.804 and serves as a notification to the vendors listed in the attached contract document regarding the upcoming unilateral closeout process, which will commence ten business days after the announcement. The closeout is significant as it reflects the completion of various federal contracts, including those related to diverse sectors such as technology, consulting, and environmental research, which are crucial for government operations. Vendors wishing to discuss a bilateral closeout modification or present valid reasons against the closeout must contact John Scarsellone at johnscarsellone@ibc.doi.gov before the closing date.
Inflation Reduction Act (IRA) Transformation - User Experience
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified contractors to enhance user experience as part of the Inflation Reduction Act (IRA) Transformation initiative. The procurement involves analyzing the IRS's enterprise infrastructure to support IRA capabilities, with a focus on project management, technical support, and user experience improvements. This initiative is crucial for modernizing IRS operations, ensuring compliance with federal standards, and optimizing service delivery through a human-centered design approach. Interested parties can expect the solicitation RFQ 8500 to be available on April 1, 2025, with a closing date of April 15, 2025. For further inquiries, contact Daffeney L. Wilson at daffeney.l.wilson@irs.gov or by phone at 210-841-2173.
R--Printing and Mail Handling Services
Buyer not available
The Department of the Interior's Interior Business Center (IBC) is seeking qualified contractors to provide printing and mail handling services, specifically for high-volume tax-related documents such as Leave and Earnings Statements (LES), W-2 forms, and 1099 tax forms. The procurement aims to enhance operational capabilities in governmental payroll processing while ensuring compliance with privacy regulations and maintaining data security throughout the lifecycle of services. Contractors must demonstrate proficiency in accuracy, timeliness, and disaster recovery capabilities, with the ability to manage peak production volumes exceeding one million documents monthly. Interested parties can contact Christina Lene at christinalene@ibc.doi.gov or call 571-732-2675 for further details, with submissions for the associated Request for Information due by April 2, 2025.
USAC RFP: Schools and Libraries Business Process Outsourcing (BPO) Services
Buyer not available
The Federal Communications Commission (FCC) is seeking proposals for Business Process Outsourcing (BPO) Services through the Universal Service Administrative Company (USAC). The objective of this Request for Proposal (RFP) is to acquire a qualified vendor capable of providing essential administrative functions related to the Universal Service Fund (USF) and its support mechanisms, which include High Cost, Lifeline, Rural Health Care, and Schools & Libraries. This procurement is critical for ensuring effective billing, collection, and disbursement functions under FCC oversight. Proposals must be submitted by May 19, 2025, at 11:00 AM ET, and interested parties can access the RFP electronically at http://www.usac.org/about/procurement. For further inquiries, contact Anthony Smith at Anthony.Smith@usac.org or Noor Jalal at noor.jalal@usac.org.