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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Dept Of Defense
    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.
    PTAG Sources Sought: USPTO is Seeking a comprehensive nationwide furniture contractor/ distributor with interior design services.
    Commerce, Department Of
    The U.S. Patent and Trademark Office (USPTO) is seeking qualified nationwide furniture contractors and distributors to provide comprehensive furniture procurement, installation, and interior design services. The primary objective is to procure high-quality commercial office furniture that meets the operational and ergonomic needs of the USPTO, while also offering additional services such as space planning and relocation support. This initiative is crucial for maintaining efficient operations at the USPTO Campus in Alexandria, VA, as well as its regional offices in Dallas, San Jose, and Detroit. Interested contractors must submit their responses by October 16, 2025, at 1:00 PM ET, including a capability statement and confirmation of their ability to supply furniture from specified manufacturers. For further inquiries, contact Christopher Ward or Roy Pitman via email.
    USPTO Trademarks Word and Image Searching
    Commerce, Department Of
    The United States Patent and Trademark Office (USPTO) is seeking vendors to provide a FedRAMP-certified Software as a Service (SaaS) solution for an AI/ML-driven word and image search tool to enhance trademark clearance searches. This initiative aims to improve the efficiency and accuracy of trademark searches, particularly for pictorial elements and non-Latin characters, which are currently challenging to process. The selected vendor will be responsible for delivering a scalable and transparent system that integrates with the USPTO's existing interface, adheres to stringent privacy and cybersecurity standards, and meets specific service level agreements for system availability and responsiveness. Interested vendors must submit their responses by December 15, 2025, and direct any questions to Alan Elder at alan.elder@uspto.gov or Sean Dalenberg at sean.dalenberg@uspto.gov by December 3, 2025.
    USPTO Chemistry Data Portfolio - RFI
    Commerce, Department Of
    The United States Patent and Trademark Office (USPTO) is conducting a Request for Information (RFI) to enhance its Chemistry Data Portfolio, focusing on the development of a comprehensive chemical and biosequence search platform. The USPTO seeks to diversify its sources for chemistry content, emphasizing capabilities such as advanced searching for chemical formulas, Markush structures, and biosequences, while also prioritizing features like AI integration for query construction and result analysis. This initiative is crucial for maximizing investment value and reducing costs associated with chemical data tools, with responses due by January 9, 2026. Interested vendors can direct inquiries to Andrew Spinazzola at andrew.spinazzola@uspto.gov or Robert Garske at robert.garske@uspto.gov for further information.
    Information Technology Infrastructure Support Services
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking to procure Information Technology Infrastructure Support Services (ITISS) through a follow-on task order valued at approximately $21 million, or $26 million including options. This procurement aims to maintain critical IT infrastructure support while a new competitive contract is being re-competed, ensuring continuity of services essential for the OCC's operations. The acquisition is justified under FAR 8.405-6(a)(1)(i)(C) as a logical follow-on to a previously competed task order, with the contracting officer determining that this limited-source action represents the best value. Interested parties can reach out to Azita Mamdouhi at azita.mamdouhi@occ.treas.gov for further information.
    DoD INFORMATION ANALYSIS CENTERS (IAC) MULTIPLE AWARD CONTRACT (MAC) CEILING INCREASE J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is announcing a significant increase of $20 billion to the DoD Information Analysis Centers (IAC) Multiple Award Contract (MAC) through a Justification and Approval (J&A) process. This procurement aims to facilitate an on-ramp process for Pools 1 and 2 of the IAC MAC contracts, which will occur following the execution of bilateral modifications and the acquisition of necessary clearances. The IAC MAC contracts are crucial for national defense research and development services, supporting various defense-related activities and applied research initiatives. Interested parties can reach out to Rebecca Robeson at rebecca.robeson@us.af.mil or Kelly Lybolt at kelly.lybolt.1@us.af.mil for further information regarding this opportunity.
    FY2026 USPS OIG Broad Agency Announcement
    Postal Service
    The United States Postal Service Office of Inspector General (USPS OIG) is soliciting proposals through its FY2026 Broad Agency Announcement (BAA) for professional, consultant, and support services. This BAA, which supersedes all prior versions, aims to establish a pre-qualified pool of contractors to support various OIG offices, including General Counsel, Research Insight Solution Center, Investigations, Audit, Chief Information Officer, and Mission Support. Proposals will be accepted on a rolling basis until September 30, 2026, and must include a resume, position title, duty location, addressed evaluation criteria, and proposed pricing. Interested parties can contact Farzad Afrasiabi at fafrasiabi@uspsoig.gov for further information regarding this opportunity.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    IT and Telecom
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for IT and telecom services, including help desk support and productivity tools. This procurement aims to streamline the acquisition process for various commodities essential to naval operations, facilitating quicker responses to operational needs through multiple BPAs awarded to qualified vendors. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM) with a valid CAGE Code, with responses due by March 11, 2026. Interested parties can direct inquiries to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, and must include the synopsis number N6833525Q0321 in their correspondence.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.