Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2003 FBO #0739
SOLICITATION NOTICE

R -- Patent Advisory Services

Notice Date
12/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-04-Q-0107
 
Response Due
12/18/2003
 
Archive Date
1/2/2004
 
Point of Contact
Paul Cataldo, Contract Specialist, Phone (301) 975-6332, Fax (301) 975-8884, - Michael Szwed, Supervisory Contract Specialist, Phone 301-975-6330, Fax 301-975-8884,
 
E-Mail Address
paul.cataldo@nist.gov, Michael.Szwed@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is being issued using simplified acquisition procedures. Solicitation no. SB1341-04-Q-0107 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-17. This solicitation is issued as a total small business set-aside; the NAICS code is 541990 and the size standard is $6.0M. The period of performance will begin in January 2004 and continue through December 31, 2004 with options for four (4) renewal years. The solicitation contains CLIN 0001 for one individual to provide patent advisory services with a 0.25 full-time equivalent (520 hours which will usually involve 10 hours per week, five hours per day) level of effort. CLINS 0002-0005 extend the period of performance and shall be exercised in accordance with the options clause at FAR 52.217. The Government intends to award a fixed-price contract with economic price adjustment. Adjustments will be made concurrent with exercise of option based on the U.S. Department of Labor, Bureau of Labor Statistics, Employment Cost Index for professional, specialty and technical occupations. BACKGROUND INFORMATION: This solicitation is for professional services in support of the Office of Technology Partnership's (OTP) stewardship of NIST patent application, prosecution, and maintenance processes. The Bayh-Dole Act and subsequent Technology Transfer Acts have made technology transfer a responsibility of all government employees. The protection of inventions to the benefit of U.S. industry and commerce is one significant aspect of technology transfer specifically addressed in the legislation. STATEMENT OF WORK: Specific tasks to be performed by the contractor include the following. All tasks shall be completed by the end of the contract. Provide expertise, advice and such other support as may be necessary to the Patent Coordinator, other OTP staff, NIST inventors, contracted law firms and the NIST Counsel's Office, as may be appropriate, on the following: 1) patentable subject matter with respect to new invention disclosures, 2) invention disclosures selected for patent prosecution by NIST OU Directors, 3) Office Actions issued by the U.S. Patent and Trademark Office on NIST patent applications, and 4) recommendations received from contracted patent attorney's with respect to on-going cases. Provide expertise, advice and such other support to the Patent Coordinator and other OTP staff on both U.S. and foreign Patent Office policies, procedures, practices. Keep the Patent Coordinator and other OTP staff informed of significant changes in both U.S. and foreign Patent Office policies, procedures, practices and provide professional advice on how to cost effectively and efficiently address such changes. Provide support to NIST staff, inventors, and OTP management in the absence of the Patent Coordinator. Provide professional advice in the development of the new NIST patent/CRADA/license database. MINIMUM QUALIFICATIONS: The contractor shall meet the following requirements: 1) A minimum of 5 years experience as a Primary Examiner in the U.S. Patent and Trademark Office, 2) Experience in handling patent prosecution of inventions involving information technology, chemical and biological technology, electrical technology, information technology and software, manufacturing technology, materials science and physics, and 3) Experience in working with an in-house patent prosecution database, preferably Dante. GOVERNMENT RESPONSIBILITIES: The government will provide the contractor with the following: 1) Office space and equipment - a suitable work are including phone, computer, network and email access necessary to complete the specified tasks, 2) Training - Access to training and attendance at meetings deemed by NIST as necessary to carry out the specified tasks, and 3) Project Oversight - Review and comment on a monthly basis on documented work product created either electronically on paper in support of the statement of work. REPORTING REQUIREMENTS AND DELIVERABLES: The contractor shall provide, on a continuous basis the services as outlined in the statement of work. PROGRAM MANAGEMENT AND CONTROL REQUIREMENTS: The contractor shall rely upon his or her own program management and control procedures to assure successful and timely completion the statement of work requirements. Award will be made to the offeror whose quotation offers the best value to the government. Evaluation factors are meeting minimum requirements, experience, past performance, and price. Meeting minimum qualifications is a pass/fail criterion and failing offers will not be evaluated further or considered for award. Experience and past performance, when combined, are more important than price. Offerors responding to this solicitation shall: 1) demonstrate that they meet minimum qualifications, 2) provide a description of relevant previous experience, 3) furnish a list of references for item 2 [include contact names, phone numbers, contract number and amount, and period of performance], 4) an hourly rate for the proposed services, and 5) one completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. Relevant experience/past performance is considered services performed similar in scope to those required by the statement of work. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. CLAUSES: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor, Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; and (30) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.217-8, Option to Extend Services (fill-in: 10 days); and 52.217-9, Option to Extend the Term of the Contract (fill-ins: 30 days, 60 days, 5 years) All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Paul Cataldo, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:00 p.m. local time on December 18, 2003. Fax quotations are not acceptable. E-mail quotations are acceptable provided they are complete and include all documentation. CENTRAL CONTRACTOR REGISTRATION (CCR) Effective October 1, 2003, all vendors that do business with the U.S. Department of Commerce and the Federal Government must be registered in CCR. Contractors are strongly encouraged to register with CCR now to avoid payment delays. Changes to the Federal Acquisition Regulation (FAR) require, among other things, that contractors be registered in the CCR before award of any contract can be made, and that contract payments and/or new awards will be conditioned on CCR registration. The preferred method for completing a registration is provided at http://www.ccr.gov. There, a CCR Handbook is available to provide detailed information on data needed prior to beginning the on-line registration, as well as steps to walk you through the registration process. You must have a DUNS number in order to begin your registration. If you do not already have a DUNS number, please call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00480857-W 20031206/031204211853 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.