Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1999 PSA#2403

Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, Box 6, Washington, DC, 20231

70 -- MANUFACTURING OF DVD-ROM MASTERING AND REPLICATE SERVICES SOL 52-PAPT-9-01022 DUE 083199 POC Joan Hanicak, Contracting Officer, Phone (703) 305-8069, Fax (703) 305-8294, Email joan.hanicak@uspto.gov -- Kelli Frazier, Procurement Analyst, Phone (703) 305-8015, Fax (703) 305-8294, Email kelli.frazier@uspto.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=52-PAPT-9-010 22&LocID=251. E-MAIL: Joan Hanicak, joan.hanicak@uspto.gov. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation represents a Request for Proposal (RFP) and proposals submitted in response must reference 52-PAPT-9-01022. This RFP incorporates all required provisions and clauses in effect through Federal Acq. Circular 97-13 as if stated in full text, as well as the Department of Commerce Agency Level Protest Procedures listed at http://www.uspto.gov/web/offices/ac/comp/proc/protest.htm/. The Patent and Trademark Office (PTO) has a requirement for DVD-ROM mastering and replication services which will be awarded as a firm fixed priced commercial items, Indefinite Delivery/Indefinite Quantity type contract with the ability to issue delivery orders. SIC Code 3572 shall apply to this procurement. One contract will be awarded for a twelve-month base period and two option periods (if exercised). During the life of the contract the PTO will order masters for the back file; masters for the front file; replicates per master of the front file and/or back file at the minimum and maximum quantities stated in the pricing matrix which can be found at http://www.uspto.gov/go/oeip/index.html. Objective: This procurement is for the Optical Discs Publishing Program (ODPP) within the Patent and Trademark Office. The PTO is seeking the services of a DVD-ROM mastering and replication plant in order to publish approximately 3 terabytes of facsimile images of U.S. Patents on approximately 400 archival DVD-ROM discs (single side, double layer (SSDL)) in the USAPat back file (patents published from 1790 through 1999); and approximately one SSDL DVD-ROM disc per week for the USAPat front file (patents published in 2000 and following). For a description of PTO's USAPat product, please visit http://www.uspto.gov/go/oeip/catalog/ptcassis.htm#USAPat. Technical Requirements: Upon award of a contract, the PTO will provide patent images as multi-page TIFF files using CCITT Group 4 compression, organized into directories, indexed for retrieval using PTO's user interface (DocDW), pre-mastered, and written to DLT tape (one disc per tape). Data provided by PTO on DLT may be used for the purpose of fulfilling the requirements of this solicitation only. Said data must be held securely and must not be used or made available for any other purpose whatsoever. After completion of the project, all DLT tapes must be returned to PTO. Offerors submitting proposals for DVD-ROM mastering and replication services must demonstrate that they have fully implemented a quality assurance plan that is ISO 9000-certified. Offerors must demonstrate that their quality assurance plan results in discs, which meet the functional requirements, described below. Discs offered must comply with the DVD Specifications for Read Only Disc, version 1.0, 1996 August, and all revisions or updates thereof and the technical specifications described in sections 1 through 4 of http://www.uspto.gov/go/oeip/index.html which are incorporated in this solicitation by reference. Discs offered must be SSDL DVD-ROMs containing 7.95 gigabytes (8,540,000,000 bytes) of data and must use the UDF Bridge (UDF/ISO 9660) file structure. For further information about ISO 9000 certification please visit http://www.iso.ch/9000e/9k14ke.htm. For further information about DVD-ROM specifications please visit http://www.cdassociates.com/cdamain/glossary.htm and http://www.dvdforum.org/. For further information about UDF, please visit http://www.osta.org/html/ostatech.html#udf. PTO will not provide copies of any standard or specification cited in this solicitation. Functional Requirements: The discs to be procured will be utilized in libraries, patent offices, and by other customers of the PTO, as a source of patent documents for viewing or printing. The discs must be of high quality with an expected useful and readable life of 100 years. Discs procured under this contract shall be delivered in jewel cases, which must fit into standard CD-ROM storage cabinets already owned by PTO customers. The jewel cases offered must not degrade the discs in any way either while inserting or removing the disc or during storage whether short or long periods of time, that is, they must be DVD-safe. Production of the back file is expected to ramp up to a rate of approximately two or three discs per week after an initial pilot phase during which precise production procedures are established and tested. Back-file discs must be packaged for delivery in sets of 50 discs and delivered whenever a set is completed, with completion of the entire back file at the earliest date achievable. Front-file discs must be delivered weekly and without delay starting with the first issue of the year 2000. PTO expects to order a minimum of 300 replicates and a maximum of 600 replicates of each master (back file and front file). Evaluation: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous and represents the best value to the Government, price and other factors considered. In making the best value determination, PTO will compare the differences in the value of technical capability and past performance/experience with differences in cost to the PTO. The PTO shall determine what tradeoff among technical capability, past performance/experience and price promises the greatest value to the PTO. Proposals must include: 1) Completed Representation and Certifications (FAR 52.212.3); 2) Quality Control Plan which includes documentation or a Certificate of Offeror's compliance to ISO 9000 Standards; 3) Statement confirming offeror's unconditional acceptance to all the terms and conditions of this solicitation and 4) address all evaluation factors stated below. Proposals that do not contain all of these elements will be found unacceptable and will not be further evaluated. The following factors will be used to evaluate offers: Factor A -- Technical Capability which includes the following subfactors (A.1) Results of Disc Sampling; (A.2) Delivery/Quality/Performance Plan; Factor B -- Past Performance/Experience which shall include subfactors (B.1) Past Performance; and, (B.2) Experience; and Factor C -- Price. Factor A is more important than Factor B and together Factors A and B are significantly more important than Factor C. Within Factor A, subfactor A.1 is more important than subfactor A.2. Within Factor B -- Past Performance/Experience, subfactor B.1 and subfactor B.2 are approximately equal. For the evaluation of subfactor A.1, sample discs submitted by the offeror with their proposal, will be tested and evaluated in accordance with the criteria stated at the following web site http://www.uspto.gov/go/oeip/index.html. Sample discs submitted for the initial evaluation of offers, shall be submitted at the offeror's own expense and will not be returned. Subfactor A.2 -- The Offeror shall submit an explanation of their understanding of the requirement which shall include details regarding their ability to perform this effort as described within this solicitation (including referenced web sites) as well as their ability to meet schedule requirements (turn-around time, etc.), existing quality control measures, ISO 9000 certification, inspection of products, assembly, packaging and delivery of the products to be procured. For the evaluation of subfactor B.1 -- Past Performance, the offeror is required to forward the "Past Performance Evaluation Form" which is located at the web site stated in the previous sentence, to a minimum of ten (10) references that are no more than 3 years old. Offerors shall instruct their references to return the evaluation forms directly to the PTO by August 31, 1999, to the address specified in the last paragraph below or facsimile copies will be accepted at 703-305-8294. The references used shall be those companies who can verify that your firm has previously provided quality services and products in the past. Offerors are also required to provide with their proposal, a summary list of the ten or more references utilized for this procurement. The summary shall include the following information: a) company name and address; b) point of contact including telephone and facsimile number; and, c) services and products provided. Subfactor B.2 shall include a description of the offeror's experience over the past five years. especially those efforts which relate to this requirement and are of the same or similar nature and size to this procurement. The evaluation of Factor C -- Price shall include pricing for all items and subline items. For purposes of evaluating price, the offeror shall complete and submit with their proposal, the pricing matrix included at the web site http://www.uspto.gov/go/oeip/index.html. Proposals will be found unacceptable if pricing is not provided for all items or subline items. Price will be evaluated but will not be scored. Evaluation of the total price to the PTO will be accomplished utilizing the pricing matrix referenced above. The PTO may determine that an offer is unacceptable if the option prices are significantly unbalanced or all items are not priced. Evaluation of option items shall not obligate the Government to exercise the options. As proposals become more technically equal, price will become more important. Instructions/Notice to Offerors: The provisions of FAR 52.212.1 shall apply. A contract award will include FAR 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 as well as FAR clauses 52.216-18 Ordering; 52.216-19 Order Limitation; 52-216-22 Indefinite Quantity; 52.217-7 Option for Increased Quantity-Separately Priced Line Item, 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and VietnamEra Veterans; 52.222.36 Affirmative Action for Handicapped Workers; 52-222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-9 Buy American Act-Trade Agreement-Balance of Payments Program. All offers are due on 31 August 1999, no later than 2:00 PM, Eastern Standard Time (EST). Offerors shall deliver or hand-carry one original plus three copies of proposals to the Patent and Trademark Office. If proposal are mailed, the following address shall be used: U.S. Patent and Trademark Office, Office of Procurement, Attention: Joan Hanicak, Box 6, Washington, D.C. 20231. If proposals are hand-carried, deliver to: 2011 Crystal Drive, PK 1, Rm. 810, Arlington, VA 22202. All offers shall state "52-PAPT-9-010222" on the outside of the package. For additional information contact Joan Hanicak at 703-305-8069 or Kelli Frazier Stillwagon at 703-305-8015. Posted 08/03/99 (D-SN362672). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0401 19990805\70-0004.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page