Patent Technical Services (PTS)
ID: ACQ-26-0457Type: Sources Sought
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: DATA COLLECTION (R702)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking responses to a Request for Information (RFI) regarding Patent Technical Services (PTS) aimed at enhancing their capabilities in processing, tracking, and reviewing complex federal records. The USPTO intends to gather market information to identify qualified vendors who can meet their requirements, which include a range of administrative and management consulting services as outlined in the draft Statement of Work (SOW). This procurement is particularly significant as it will inform an alternative competition process under the Patent and Trademark Office Acquisition Guidelines, ultimately leading to a limited solicitation for eligible vendors. Interested small businesses must submit their corporate profiles and past experience references by December 10, 2025, and can direct inquiries to Whitney Lee at Whitney.Lee@uspto.gov or Brian Carper at brian.carper@uspto.gov.

    Files
    Title
    Posted
    This government file provides a comprehensive glossary of terms related to patent applications and intellectual property processes within the United States Patent and Trademark Office (USPTO). It defines key concepts such as various application types (e.g., utility, design, provisional, reissue, plant), application file components (paper, image, artifact), and automated systems (AIS, SCL, eDRS, FPNG). The document also outlines roles and responsibilities (Contracting Officer, Examiner, SPE), fee-related terms, and classifications (Class, Subclass). It details aspects of patent examination, international treaties (PCT, Hague Agreement), and information management (bibliographic data, PII). This glossary is essential for understanding the procedural and technical language used in federal patent processing, ensuring clarity for applicants, contractors, and government personnel involved in RFPs and grant-related activities.
    The document, "USPTO Building Names and Addresses - ATTACHMENT 4," serves as a comprehensive directory of locations relevant to the United States Patent and Trademark Office (USPTO). It categorizes addresses into three main sections: Alexandria Campus buildings, USPTO Internal TC Locations, and Other USPTO Locations. The Alexandria Campus lists specific buildings like Jefferson, Knox, and Madison (East and West Wings), along with their addresses. Internal TC Locations include various departmental offices such as the Director's Office, TC Service Centers, and Supervisory Patent Examiner Offices. The
    The document,
    The document outlines performance metrics and turnaround times for various tasks within a government contract, likely an RFP, focusing on accuracy, timeliness, and corrective actions. Key tasks include copying, mail processing (receipt, sorting, mailing), fee collection for new and existing applications (U.S., PCT, Pro Se), initial and follow-on formality reviews, and PCT National and International stage processing. The accuracy targets are predominantly 99% or 100% for fee posting. Timeliness requirements range from hourly checks for mailboxes to processing within one hour for eGrants, one to two business days for general mail, two business days for PCT bibliographic data, and up to ten business days for formality reviews. Corrective action for deficiencies generally requires resolution within four to eight hours of notification, with a ten-business-day window for quality improvement plans if error rates are exceeded. Project management and a 90-day transition period with a focus on continuity are also detailed.
    This document outlines the required deliverables and their corresponding timelines for a government contract, likely associated with an RFP or grant. Key deliverables include a transition and assumption of control plan (due ten business days post-award), a staffing plan (within two weeks of award), and workflows and manuals (within two weeks of award). Regular reporting is crucial, with quarterly program management reports, monthly status reports, and bi-weekly background investigation updates. Quality assurance and management are emphasized through monthly and quarterly reports. Other deliverables include a training plan, training materials, and NDA and GFE attestations. The document provides a structured overview of crucial submissions and their deadlines, ensuring accountability and effective project management.
    The Corporate Profile – Attachment 1 document serves as a standard form for companies to provide essential identifying information within the context of government RFPs, federal grants, or state/local RFPs. It requests the company's name and address, specifying if it's a Joint Venture or Mentor-Protégé. The form also requires the Unique Entity Number, current business size status under NAICS 541611, and the anticipated business size status for September 30, 2026. Finally, it asks for the name, phone number, and email of a company point of contact. This attachment is crucial for government agencies to assess a company's eligibility, structure, and relevant business classifications for potential contracts or grants.
    This document, "Federal/State Past Experience References – Attachment 2," is a standardized template for collecting detailed past performance information from contractors, likely in support of federal or state Requests for Proposals (RFPs) or grant applications. It outlines ten distinct reference sections, each requiring comprehensive data on previous contracts. For each reference, the template requests the contract number, order number (if applicable), agency name, and the contractor's role (Prime, Subcontractor, or Parent Umbrella). It also requires contact information for both the Federal/State Contracting Officer Representative and the Federal/State Contracting Officer, including their names, emails, and phone numbers. The document further seeks details on the period of performance (overall and current), contract value (overall and annual), and specific metrics based on the contractor's role. For Prime, Parent Umbrella, and Subcontractor roles, it asks for the number of resources, volumes completed, and annual dollar value completed. This structured approach ensures a thorough evaluation of a vendor's experience, crucial for assessing their capability to perform on future government contracts.
    The document,
    The United States Patent and Trademark Office (USPTO) issued a Request for Information (RFI) and Notice of Vendor Engagement for Patent Technical Services (PTS), open exclusively to small businesses. The RFI, dated November 19, 2025, aims to assess vendor capabilities in processing, tracking, and reviewing complex federal records to inform an alternative competition under the Patent and Trademark Office Acquisition Guidelines. The process involves two phases: Phase 1 requires submission of a corporate profile, past experience references, and responses to questions by December 10, 2025. Phase 2, for invited vendors, consists of an interactive 90-minute virtual dialogue between January 5-9, 2026, to demonstrate capabilities. Only vendors responding to the RFI will be considered for the subsequent limited solicitation. Questions are due by November 25, 2025.
    The Patent Technical Services (PTS) Statement of Work (SOW) outlines mission-essential services for patent application processing at the United States Patent and Trademark Office (USPTO). The SOW covers receiving and processing U.S. and international patent applications, collecting fees, managing electronic mailboxes, reviewing applications for compliance, recording bibliographic data, mailing documents, and copying technical references. Key task areas include document receipt and mailing, incoming mail processing, fee collection for various application types, initial and follow-on formality reviews for different patent applications (Utility, Plant, Design, Hague, Industrial Design, Provisional), PCT National Stage and International support, project management, and transition activities. The SOW emphasizes the contractor's role in maintaining efficient processing times, adapting to system changes, and ensuring data accuracy and security throughout the patent application lifecycle.
    The document clarifies the term "Parent Umbrella Only" as used in Attachment 2 of a Request for Information (RFI) dated December 2, 2025. In the context of federal and state past experience references, "Parent Umbrella" refers to the parent company or organization, along with any affiliated joint ventures, partnerships, subsidiaries, or sister companies. This clarification is crucial for entities responding to government RFPs, federal grants, or state/local RFPs, ensuring they correctly provide past experience references that encompass their entire corporate structure as defined.
    This government file outlines a detailed breakdown of tasks and corresponding quantities related to various administrative and processing activities. The document is likely a component of a larger Request for Proposal (RFP) or grant application, specifying the scope of work for a contractor or recipient. Key tasks include copying (16,000 pages), document receipt and mailing (over 2.5 million documents across various sub-tasks), incoming mail processing (over 500,000 envelopes and fax documents), fee collection for new and other applications (over 470,000 documents/applications), initial formality review for new applications (over 720,000 applications), formality review for follow-on documents (over 1.3 million documents), PCT National Stage processing (over 370,000 applications), and PCT International processing (over 260,000 applications). The file also allocates 12 months for project management staff. This comprehensive list details the operational volume for administrative and application processing, indicating a need for efficient management of high-volume tasks.
    The document outlines procedures for accessing and managing the Mailroom Queue within the Patent Examiner's Tool Kit (PE2E), likely for patent application processing. It details how users can access PE2E, view printed Office Communication (OC) sets for specific Technology Centers (TCs), reprint OC sets, and return OC sets to the Government with a required reason. Additionally, the document explains how to view OC sets that have been returned to the Government and how to track mail transactions for various TCs. Screenshots illustrate the online interface for the OC Mailroom Queue, showing examples of application numbers, OC set types, document codes, and mail transaction errors with associated timestamps and user details. This file serves as an instructional guide for government personnel involved in managing patent-related communications.
    The document outlines the protocol for handling incomplete or incorrect applications received via mail or fax. When such an application is identified, the contractor notifies the government inspector and relevant CORs. The inspector verifies the discrepancy using the application number provided by the EBC Team and an IMIS from the contractor. The inspector then contacts the applicant to inform them of the deficiency. The applicant has 24 hours to correct and resubmit their application to an alternate fax number. If payment is made within this timeframe, the original filing date is maintained. Failure to meet the 24-hour deadline results in the IMIS being filed, and unposted payments can incur additional fees, potentially leading to delays in filing date acknowledgment or intentional abandonment. The process allows for case reopening upon fee settlement. The IMIS (Document Code: IMIS) details the original application number, contact information, noted problem (e.g., incomplete credit card information, no signature), and instructions for correction, including the 24-hour resubmission deadline.
    The document outlines detailed procedures for processing incoming mail at the USPTO, focusing on federal government RFPs, grants, and state/local RFPs. It covers receiving, sorting, and verifying mail accuracy, including proper addressee, mail stop, address, and 'RECEIVED' date stamps. The process involves categorizing mail, tallying pieces, and completing tracking logs and coversheets. Specialized handling is described for various mail types like follow-on applications, returned mail, and faxes. A significant portion details fee processing through the Fee Processing Portal (FPP), covering checks, credit cards, and deposit accounts, including validation, scanning, and error handling. It also outlines procedures for insufficient funds, third-party submissions, abeyance, and the secure preparation of checks for pickup by the Office of Finance. The overarching purpose is to ensure efficient, accurate, and compliant management of all incoming correspondence and associated payments for the USPTO.
    The provided document outlines the detailed procedures for handling incoming mail, processing new patent applications, and managing associated fees at the USPTO. It covers mail receipt, sorting, verification, and batching, followed by steps for processing various new application types, including date stamping and coversheet creation. A significant portion details fee processing through the FPP system, covering checks, credit cards, and deposit accounts, along with protocols for insufficient funds. The document also describes the secure handling of sensitive or confidential materials for the Office of License and Review and the daily preparation of checks for pickup by the Office of Finance.
    The Contractor's role involves calculating and collecting application fees for U.S. and PCT applications, utilizing Government-furnished systems like FPNG or FPP for posting. Fees are accepted via check, credit card, or deposit accounts, requiring precise data entry and serial number verification. The Contractor is not typically involved in notifying applicants about fee issues, as these are addressed by the PAS during formalities review, either by charging fees or issuing notifications. The Contractor is also responsible for processing refunds and must contact the USPTO Government Representative in OPAP for any fee-related questions or discrepancies, including scanning documents for guidance. Daily reconciliation of transactions from FPNG or FPP is required, with all documents and financial records delivered upon completion.
    The document outlines procedures for handling CFILE and LET. documents related to national stage applications, differentiating between changes processed by the government and those handled by contractors. The government addresses corrections to filing dates, fees, claims, priority, applicant/inventor changes before a 903 is issued, and various date-related issues for international applications and associated documents. Contractors manage changes concerning assignees, registration/customer numbers, correspondence addresses, deceased inventors, and specific inventor changes (1.48(a) and 1.48(f)) and applicant changes (1.46(c)) after a 903 is issued, requiring corrected Application Data Sheets (ADS) and processing fees. Certain requests, like those involving special characters or deletion/addition of benefit/priority claims, are returned to the government. The document also details the rescission process for 1.55/1.78 FITF statements, including acceptance criteria and the procedure for updating the application status and generating corrected filing receipts, with instructions for forwarding applications to the appropriate Technology Center for review based on filing dates.
    The document outlines procedures for capturing bibliographic data for 371 National Stage patent applications, differentiating between pre-AIA and AIA rules based on the international filing date (before or after September 16, 2012). The Official Correspondence Pre-Exam software (OC PREX) is used for data entry from various sources like WIPO documents, signed Application Data Sheets (ADS), and transmittal letters. Key data elements to be captured include inventors, correspondence address, basic application information (type, subject matter, attorney docket number, entity status, title), domestic continuity, foreign priority, applicant statements, applicants, and non-applicant assignee information. Specific instructions are provided for sourcing each data element, prioritizing documents like the signed ADS. The process ensures accurate and compliant data entry before government formality review.
    The document outlines the Standard Procedures for Priority Document Exchange, a process initiated when a Contractor requests a review of foreign priority documents. The Contractor prepares an email with a PCT Priority Document Delivery Log, transmittal letter, and the first page of the priority document(s). The Government Representative reviews the PCT Request form (RO/101) in eDRS, comparing priority information for accuracy. If consistent, the Government Representative approves the documents for scanning. Inconsistent information leads to review by PCT Legal. Approved documents are bundled, labeled 'Priority documents to be scanned' with the delivery date, and forwarded to Scanning Operations. This procedure ensures accurate processing and tracking of priority documents within a government context.
    This document outlines procedures for processing patent applications with conflicting instructions regarding their filing type—either under 35 U.S.C. 111(a) (U.S. application) or 35 U.S.C. 371 (national stage application). For applications filed before September 16, 2012, conflicting instructions default to a 111(a) filing. Applications filed on or after this date are sent to the government for review. The document details five types of initially-filed documents where conflicts may arise: Electronic Acknowledgement Receipts, Transmittal Letters, Application Data Sheets, Specifications, and Preliminary Amendments. It provides examples of how each document indicates a 111(a) or 371 filing. Four common conflicting instruction scenarios are presented. The document advises contractors to consult the government if there are questions about proper application treatment, ensuring correct classification and processing of patent applications.
    This document provides comprehensive guidelines and examples for proper "S-signatures" and graphic representations of signatures, particularly within the context of federal government filings. It details acceptable formats under 37 CFR 1.4(d)(2) and (3), including S-signatures with forward slashes, typed signatures in script font, and those created using commercial platforms like DocuSign. The document clarifies that graphic representations are permitted for electronic submissions but not for paper documents. It also presents numerous examples of proper and improper S-signatures for inventors and agents, as well as various commercial platform and handwritten signature examples. The overall purpose is to ensure compliance with federal regulations regarding signature authenticity and format in official correspondence.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Electronic Business Center RFI
    Buyer not available
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking qualified small businesses to provide technical support for its Electronic Business Center (EBC) through a Sources Sought notice. The EBC is responsible for assisting external stakeholders with the USPTO's electronic patent systems, including the Patent Center and trademark filing systems, and requires comprehensive support services such as technical troubleshooting, account management, and customer service. This opportunity is crucial for maintaining efficient operations within the intellectual property community, with a contract value exceeding $25 million and a performance period extending from June 2026 to December 2031. Interested parties should submit their responses, detailing relevant experience, by December 19, 2025, to the primary contact, Denise Sanders, at denise.sanders@uspto.gov.
    USPTO Chemistry Data Portfolio - RFI
    Buyer not available
    The United States Patent and Trademark Office (USPTO) is conducting a Request for Information (RFI) to enhance its Chemistry Data Portfolio, aiming to diversify its sources for chemistry content. The USPTO's Scientific Technical Information Center (STIC) is particularly interested in acquiring capabilities for a search platform that can efficiently handle bibliographic, chemical dictionary, structure building, and sequence searching functionalities, which are crucial for optimizing investment value and reducing costs in chemical data management. Responses to this RFI are due by January 9, 2026, and will assist the USPTO in identifying qualified vendors and formulating requirements; interested parties can reach out to Andrew Spinazzola at andrew.spinazzola@uspto.gov or Robert Garske at robert.garske@uspto.gov for further information.
    USPTO Trademarks Word and Image Searching
    Buyer not available
    The United States Patent and Trademark Office (USPTO) is seeking vendors to provide a FedRAMP certified Software as a Service (SaaS) AI-driven word and image search tool for trademarks. This tool aims to enhance the efficiency of trademark searches, particularly for external customers and examining attorneys, by integrating advanced AI/ML capabilities to process both word and image trademarks, including those with non-Latin characters. The contract will include a 12-month base period with two additional option periods, starting on January 30, 2026, and requires strict compliance with federal regulations, including NIST standards for data security and privacy. Interested vendors must submit their responses by December 15, 2025, and direct any inquiries to Alan Elder at alan.elder@uspto.gov or Sean Dalenberg at sean.dalenberg@uspto.gov.
    PTAG Sources Sought: USPTO is Seeking a comprehensive nationwide furniture contractor/ distributor with interior design services.
    Buyer not available
    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.
    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.
    RFI-Human Resources PAR, Pay and Benefits Processing Service
    Buyer not available
    The Department of Commerce (DOC) is seeking industry input through a Request for Information (RFI) regarding Personnel Action Requests (PAR), Payroll, and Benefits (PP&B) services to support its operations. The objective is to gather market research on potential third-party vendors who can provide these essential HR services, which include transactional processing, operations management, and call center support, as well as adherence to service level agreements (SLAs) and quality control measures. This RFI is crucial for understanding the capabilities of the market and does not constitute a formal solicitation; any subsequent procurement will be announced separately. Interested parties are encouraged to submit their responses by December 16, 2025, at 1:00 PM EST, and can direct inquiries to Courtney C. Palmer at cpalmer@doc.gov or by phone at 202-207-7685.
    RFI - Executive, Administrative and Professional Support Services
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking industry feedback through a Request for Information (RFI) for Executive, Administrative, and Professional Support Services, which will succeed the current Blanket Purchase Agreement held by Mayvin, Inc. This procurement aims to gather contractor assistance across over thirty labor categories, with an estimated value exceeding $200 million over five years, and will require personnel capable of working in a federal law enforcement environment at USMS Headquarters and various satellite offices nationwide. The services are critical for supporting USMS operations in areas such as human resources, finance, and program analysis, ensuring compliance with federal regulations and continuity of operations. Interested parties must submit their responses by December 12, 2025, and direct all communications to Christopher Jones at christopher.jones10@usdoj.gov or Julie Simpson at julie.simpson@usdoj.gov, with the subject line “Administrative Management RFI.”
    Assessments and Assessment Support Capabilities
    Buyer not available
    The Office of Personnel Management (OPM) is seeking industry feedback through a Request for Information (RFI) regarding commercial off-the-shelf (COTS) employment selection assessments and assessment development services. The primary objective is to identify modern, scalable assessment solutions that can seamlessly integrate with the existing USA Hire assessment platform, ensuring compliance with federal hiring requirements and delivering cost savings. This initiative is particularly focused on enhancing technical competency assessments for various federal job series, emphasizing the need for job analysis-based content and assessments that measure technical skills in fields such as IT, finance, and engineering. Responses to this RFI are due by December 10, 2025, and interested vendors should direct their inquiries to Assessment RFI at SelectionAssessment@opm.gov, as this RFI serves solely for market research and does not constitute a solicitation for proposals.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Overt Security Features - FY26
    Buyer not available
    The Bureau of Engraving and Printing (BEP) within the Department of the Treasury has issued a Request for Information (RFI) seeking innovative overt security features aimed at deterring counterfeiting of future U.S. currency. The BEP is particularly interested in technologies and materials that are not currently available in the commercial market or public domain, which are challenging to replicate and can be easily verified by the public without the need for external devices. This initiative is crucial for enhancing the security of U.S. currency, ensuring its integrity and public trust. Interested parties are invited to submit preliminary samples along with a brief technical description to Chris Dollberg by November 15, 2026, at 2:00 PM Eastern Standard Time, and should refrain from including any proprietary or sensitive information in their responses.
    QuestaSim Software License
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from potential providers for a QuestaSim Software License, which is essential for developing a Field Programmable Gate Array (FPGA) design. The software will be utilized to simulate and verify FPGA designs, ensuring functional and behavioral accuracy critical for characterizing memory devices in a new project. Interested parties are encouraged to submit their company information and suggestions regarding the draft Statement of Work (SOW) by December 5, 2025, to the primary contacts, Elizabeth Timberlake and Tracy Retterer, at their respective email addresses. This notice serves solely for market research purposes and does not constitute a solicitation or obligation for NIST to award a contract.