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
    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.
    Integrated Library System
    Buyer not available
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking contractor support for an Integrated Library System aimed at enhancing the management of its extensive library resources. This system will facilitate cataloging, acquisitions, circulation, and electronic resource management for over 700,000 bibliographic titles, 80,000+ electronic journals, and more than 400,000 eBooks, ultimately providing user-friendly online access and robust reporting capabilities. The USPTO plans to award a five-year contract valued at approximately $1,234,081 to the sole vendor, Ex Libris Alma/Primo, following market research that identified them as the only qualified source. Interested parties can reach out to Andrew Spinazzola at andrew.spinazzola@uspto.gov or call 571-270-7994 for further information, with the expected award date set for March 31, 2025.
    IPTV & Digital Signage Solution Services
    Buyer not available
    The Department of Commerce, specifically the U.S. Patent and Trademark Office (USPTO), is seeking market research for an IPTV and Digital Signage Solution Services to enhance its communication infrastructure across its Alexandria Campus. The primary requirement is for high-definition digital signage capable of displaying emergency notifications and interfacing with existing monitors, while IPTV services for live and on-demand broadcasts are considered an optional requirement. This initiative is crucial for improving the USPTO's operational efficiency and compliance with industry standards, including cybersecurity and federal regulations. Interested vendors must submit a capability statement by March 14, 2025, via email to Elizabeth Benites at elizabeth.benites@uspto.gov or Ms. Navondi Bridges at navondi.bridges@uspto.gov, with no monetary obligation required at this stage.
    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.
    Request For Information for Information Collection Request, Review & Approval System Maintenance and Support (ICRAS)
    Buyer not available
    The Department of Education is issuing a Request for Information (RFI) to identify qualified small business vendors for the maintenance and support of the Information Collection Request, Review & Approval System (ICRAS). The procurement aims to gather insights for a planned re-compete of a single award contract, which will involve managing ICRAS within a cloud environment, ensuring compliance with federal regulations, and delivering essential project management and operational support services. This initiative is crucial for enhancing the Department's efficiency in managing educational data collections and adhering to federal laws such as the Paperwork Reduction Act. Interested vendors must submit their capability statements and business details by March 11, 2025, to the designated contacts, Michael Rivera and Katie Opper, at their respective email addresses, as the information gathered will inform a future solicitation planned for release in Spring 2025.
    Notice of Intent to Sole Source for NTIS
    Buyer not available
    The Department of Commerce, specifically the Office of the Secretary, intends to award a sole source contract to Cafferty Commercial Real Estate Services Corporation for Data Center Maintenance Services required by the National Technical Information Service (NTIS). This procurement is guided by the Federal Acquisition Regulation (FAR) Subpart 13 Simplified Acquisition Procedures for a 12-month Base Year, as Cafferty is deemed uniquely qualified to fulfill the requirements under FAR 6.302-1, which allows for sole source awards when only one responsible source is available. The services are critical for maintaining the operational integrity of NTIS's data center, ensuring efficient and reliable data management. Interested organizations are invited to submit capability statements electronically by March 11, 2025, including pricing information, although the government is not obligated to award the contract and reserves the right to use any non-proprietary information submitted. For further inquiries, interested parties may contact Blen Gabriel at bgabriel@doc.gov or Jacqueline Brown at jbrown4@doc.gov.
    Purchase of replacement and spare impeller parts f
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide replacement and spare impeller parts. This procurement is part of a total small business set-aside initiative, aimed at ensuring that small businesses can compete for government contracts. The goods are critical for maintaining the functionality of power and hand pumps, which are essential in various applications within NOAA's operations. Interested vendors can reach out to Isaac Bright at ISAAC.BRIGHT@NOAA.GOV or call (541) 283-5107 for further details regarding the solicitation process.
    IT Operations and Modernization (ITOM) Support Services
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking qualified vendors to provide IT Operations and Modernization (ITOM) Support Services. The primary objective of this procurement is to enhance OCC's Information Technology Services through modern solutions that ensure efficient and secure operations across various areas, including network support, IT security, application development, and enterprise architecture. This initiative is crucial for modernizing OCC's IT framework, improving operational efficiency, and aligning with industry best practices to support its regulatory mission. Interested parties must respond to the Request for Information (RFI) by March 24, 2025, with inquiries accepted until March 7, 2025. For further details, potential vendors can contact Christine Guy at christine.guy@occ.treas.gov or John Baumert at John.Baumert@occ.treas.gov.
    U.S. Customs and Border Protection (CBP), Office of Acquisition (OA), Industry Partnership and Outreach Program (IPOP): FY25 Industry Day for the Office of Trade (OT)
    Buyer not available
    The U.S. Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is hosting a Fiscal Year 2025 Industry Day for its Office of Trade (OT) on October 24, 2024, via Microsoft Teams. This event aims to provide industry stakeholders with insights into CBP's Office of Trade, including its current capabilities, future technological investments, and operational needs, as well as to foster collaboration with industry partners. The Industry Day is part of CBP's broader initiative to enhance trade compliance and efficiency through innovative technology and strategic partnerships, reflecting the agency's commitment to modernizing trade operations. Interested participants should register for the event and submit questions by the specified deadlines; for further inquiries, they can contact Demetrius Smith or Luz Ivette Jorge at PROCUREMENT-IPOP@cbp.dhs.gov.
    ASTM CUSTOMIZED COMPASS PORTAL SUBSCRIPTION
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for the renewal of the customized COMPASS portal subscription with ASTM, located in West Conshohocken, PA. This subscription provides access to a comprehensive collection of standards, including the Complete 15 volume Book of Standards, various Digital Library content, and selected European Normative Standards, ISO, and IEC Standards. The procurement is critical as ASTM is the sole provider of these services, holding exclusive rights to the content and archives, and no competitive proposals will be solicited. Interested parties may express their interest and capability via email to Randy E. Schroyer at randy.schroyer@nist.gov by 5:00 PM EST on December 26, 2024, with a firm fixed-price purchase order expected to be issued around January 27, 2025, for a one-year period with four additional one-year options.