SOURCES SOUGHT
R -- BPA Patent Search, Prep & Application Svc's
- Notice Date
- 11/28/2017
- Notice Type
- Sources Sought
- NAICS
- 541199
— All Other Legal Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-18-PatBPA
- Archive Date
- 12/29/2017
- Point of Contact
- Andrea Albanese, Phone: (508) 233-6113, Steven Streeter, Phone: (508) 233-6180
- E-Mail Address
-
andrea.l.albanese.civ@mail.mil, steven.e.streeter4.civ@mail.mil
(andrea.l.albanese.civ@mail.mil, steven.e.streeter4.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. THE INTENT OF THIS NOTICE IS TO IDENTIFY BUSINESSES, ESPECIALLY SMALL BUSINESS (SB) CONCERNS, CERTIFIED 8(A), HUBZONE, SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB), AND WOMEN-OWNED SMALL BUSINESS (WOSB) CONCERNS CAPABLE OF PERFORMING THE REQUIREMENTS DESCRIBED BELOW. The Natick Soldier Research, Development and Engineering Center (NSRDEC), located in Natick, MA, is issuing this source sought notice to identify potential sources to establish a number of BPA's. The work involves patent searching and the preparation of Patent Applications to submit to the United States Patent and Trademark Office (USPTO) for inventions created or discovered within the Natick Soldier Research, Development, and Engineering Center (NSRDEC). It is intended that these BPA's be set aside for Small Business. Vendors must provide a description of their capabilities, Cage Code, and DUNS number with their response. PATENT SEARCHING AND PREPARATION OF PATENT APPLICATIONS STATEMENT OF WORK 1. Requirements: The Contractor provides various services described in more detail below, including preparing a search report (described below) or a patent application and drawings in accordance with, among others, Title 35 United States Code, Section 111, for submittal to the USPTO. a. General Requirements: The contractor's efforts shall include reviewing an invention disclosure may thereafter involve: (1) Performing a patentability search (2) Preparing a patentability search report (3) Preparing a patent application (4) Provide a patent application to Contracting Officer Representative (COR) b. Specific Requirements: The contractor shall be requested to: (1) Review invention disclosure and consult with inventors, if necessary. (2) Perform a patentability search of prior art to identify whether the invention is new and not obvious. (3) Submit a search report identifying patents and publications from the search of prior and their relevance to the invention disclosure to the designated COR where that is stated to be a specific requirement in the task order. (4) Prepare a patent application to include a specification, claims, and drawings in accordance with including but not limited to 35 U.S.C. 111, 37 CFR Sections 1.51-1.88 and MPEP chapter 600 and submit it to the COR where that is stated to be a specific requirement in the task order. 2. Period of Performance: The estimated period of performance is about 6-12 weeks, depending on the complexity of the disclosure and the amount of prior art. Requirements for expedited delivery will be addressed on a case-by-case basis. 3. Travel: Travel is not anticipated under this contract. 4. Security: A security clearance is not required for this work. 5. Personnel Qualifications: It is essential the contractor have expertise in Intellectual Property Law. a. General Experience: The contractor shall have expertise patent law. b. Specialized Experience: The contractor shall have expertise in patent application preparation. The contractor shall have demonstrated experience and understanding of the scientific knowledge involving electrical, chemical, material and mechanical arts related to soldier systems and that contained in a disclosure. 6. Government Furnished Equipment/Information/Computer Utilization: The Government will provide the contractor with a disclosure of the invention, and access to the inventors to be able to answer questions if needed. Contractor will be provided access to any Government unique software systems required in the performance of the task. 7. Other direct Costs (ODC's): The Government anticipates no ODC's. 8. Deliverables: a. Search results and search report of prior art where required in task order. b. IDS to show prior art where required in task order. c. Patent application ready to be submitted to the USPFO to include a specification, claims, and drawings where required in task order. 9. Place of Performance: The primary place of performance for this work will be at the contractor's offices. 10. Contractor Management/Activity Report: The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel used in performance of this contract. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective patent application preparation performed in accordance with the requirements contained in the Statement of Work. *A monthly status report will be provided to the Government with the following information: a. Summary of work accomplished during the reporting period and percent complete. b. Any problem areas or potential problem areas. c. Schedule of activities planned for the next reporting period and number of remaining hours to complete activities. 11. Invoicing: The Contractor shall bill on the acceptance of the final deliverable. Invoices must include, as a minimum, the following information: Time Period Covered; Direct Labor Hours; Labor Category(s); Hourly Rate; Travel with description (if applicable); ODC's with description (if applicable); and any applicable indirect costs. 12. Accounting for Contract Services Requirement. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Army's objective is to collect as much significant Contractor Man-Year Equivalents (CME) data as possible to allow accurate reporting to Congress and for effective Army planning. Detailed instructions can be found on the Contractor Manpower Reporting Application (CMRA) website in the CMRA "Contractor User Guide" or "Subcontractor User Guide". The contractor must create an account upon entering the site and is required to completely fill in the required information at the CMRA website: https://cmra.army.mil. The required information includes: (1) Unit Identification Code (UIC) of the Army Requiring Activity that would be performing the mission if not for the contractor: (2) Command of the Requiring Activity that would be performing the mission. (3) Contracting Officer (KO) and contact information: (4) Contracting Officer's Representative (COR) and contact information: (5) Federal Service Code (FSC) reflecting services provided by contractor (and separate FSC for each subcontractor if different). If there are multiple FSCs for an Order number, enter a separate data record for each FSC. (6) Location where contractor and subcontractor(s) perform the service, including the city, state, zip code, and country. When service is performed at an overseas location, state only the city and country. If there are multiple Locations for an Order number, enter a separate data record for each Location. (Note: If there are many location records that need to be entered, the Bulk Loader function is available which allows the transfer of information from a contractor's system to the secure web site. The Bulk Loader Template and Bulk Loader Instructions may be downloaded from the web site.) (7) Contractor Type (prime or subcontractor). (8) Direct labor hours (including subcontractors) for each FSC. (9) Direct labor dollars paid this reporting period (including subcontractors) for each FSC. (10)Weapons system support indication: If subcontractors are used in the performance of this contract, several factors must be considered. Contractor shall include, and require inclusion of, this term in all subcontracts at any tier under the contract in which services are being procured. Contractor shall also enter their data in a timely manner, as subcontractors can not input any information into the CMRA system until the Prime Contractor has entered their data. The Prime Contractor has overall responsibility for ensuring subcontractors enter their respective data. Subcontractors are only responsible for entering Location Data. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each year and must be reported by 31 October of each calendar year. RESPONSES TO THIS NOTICE: All interested firms are encouraged to respond to this request for information. Information submissions should include relevant company background/experience. Available pricing may also be provided as part of the information submission. Information submissions must be received by 3:00 PM 14 December 2017. Responses to this notice should be e-mailed to andrea.l.albanese.civ@mail.mil. Responses are limited to ten (10) pages and are requested in.PDF format. All respondents shall include all of the information listed below in the response email: Company name and announcement number (W911QY-18-PatBPA) in the email subject line 1. Company address, telephone number, primary contact(s) with email address(es), business size and socioeconomic category (i.e., small/large/HUB Zone), CAGE code, and DUNS number. (Respondents must be registered in the SAM database in order to obtain a CAGE code. Firms may register with SAM at http://www.sam.gov.) 2. Service detailed descriptions and how it addresses the Government's requirement. This can also include current or past performance of providing similar services to the Government. 3. Price lists (if available). 4. If applicable, GSA schedule information. 5. All assumptions, including any assumed Government support. Interested sources must reply no later than the date and time stated above. No telephonic, facsimile or hardcopy submissions will be accepted. All product information shall be submitted at no cost or obligation to the Government. THIS SOURCES SOUGHT SYNOPSIS IS NOT A SOLICITATION. This sources sought is for information and planning purposes only and does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB) or Request for Proposal (RFP) and is not to be taken as a future commitment by the US Government to issue a solicitation. It is a market research tool being used to determine the availability and adequacy of potential business/small business sources prior to final determination of the method of acquisition, if any. The US Government will not pay any costs for responses submitted. Failure to submit all information requested may result in a vendor not being considered as an interested party. All service-disabled veteran owned small businesses, certified HUB Zone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this sources sought synopsis, the Government will determine whether a set aside acquisition (if any) in lieu of full and open competition is in the Government's best interest. Points of Contact: Andrea Albanese, andrea.l.albanese.civ@mail.mil, 508-233-6113
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/53f0aff869b3f1f804a37a6703c189e7)
- Record
- SN04750538-W 20171130/171128231500-53f0aff869b3f1f804a37a6703c189e7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |