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