|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1998 PSA#2015Patent and Trademark Office, Office of Procurement, Box 6, Washington,
DC 20231 B -- CONSULTING SERVICES TO PROVIDE ANALYSIS AND ASSESSMENT SOL
52-PAPT-8-00011 DUE 013098 POC Thomas A. Sowa, (703) 305-8441 WEB: U.S.
Patent and Trademark Office, http://www.uspto.gov. E-MAIL: Thomas A.
Sowa, Contracting Officer, tom.sowa@uspto.gov. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6 and FAR Part 15, as supplemented by the
additional information stated below. This announcement constitutes the
RFP and is the only solicitation that will be issued. Proposals are
requested pursuant to this announcement. All responses shall reference
Solicitation No. 52-PAPT-8-00011. This solicitation incorporates all
of the applicable provisions and clauses in effect through FAC 97-02,
as if stated in full text, as well as the terms and conditions of FAR
52-212-1, "Instructions to Offerors -- Commercial Items." This is a
competitive procurement which has been designated as a small business
set-aide using SIC Code 8742. It is contemplated that a
firm-fixed-price contract(s) may be awarded as a result of this
solicitation to perform and complete the tasks described herein. The
Patent and Trademark Office (PTO) reserves the right to make one or
multiple contract awards based on this solicitation. The total period
of performance for all tasks identified herein shall not exceed twelve
(12) months. The PTO estimates approximately 2,040 hours to complete
Item 0001 and 5,000 hours to complete Item 0002. The items to be
procured are as follows: Item 0001 -- Consulting Services to Provide
Analysis and Assessment of PTO's Compliance with the Clinger-Cohen Act
and Office of Management and Budget (OMB) Implementing Guidance -- $__
__ ____; and Item 0002 -- Planning Assistance to Develop Future PTO
Electronic Workplace -- $__ __ ____. Scope of Work: The PTO requires
expert assistance to independently provide data collection, analysis,
and reporting services. The PTO management intends to use this
information to make informed decisions influencing individual and
combined business areas. The PTO currently has two separate and
specific requirements under this solicitation: Part I -- Assessment of
Compliance with the Clinger-Cohen Act (Item 0001) and Part II --
Planning Assistance to Develop Future PTO Electronic Workplace (Item
0002). PART I -- Assessment of Compliance with the Clinger-Cohen Act:
BACKGROUND: During this past year, the PTO has continued to strengthen
the strategic planning and budgeting for the agency and each business
area by further integrating information technology planning with the
PTO's planning, budget, and evaluation process. The Office of the Chief
Information Officer (CIO) collaborated with program sponsors to
identify and prioritize information technology initiatives and to align
current and planned information technology initiatives with the
Corporate Plan. Of particular emphasis this year was the identification
of business area and information technology performance measures at the
macro, intermediate, and project levels. In addition to Departmental
and internal planning guidance, other Federal regulations and guidance
documents influenced the strategic information technology planning
process. The intent of these reference documents is to improve the
efficiency, effectiveness, and public accountability of federal
agencies as well as to improve decision-making. PART I OBJECTIVE: The
Patent and Trademark Office (PTO) requires expert assistance to
independently assess how well the PTO is implementing and coordinating
its information technology investment management and performance
measurement efforts. The Contractor shall perform an analysis of the
PTO's compliance with the Clinger-Cohen Act and OMB implementing
guidance. After completing the analysis, the Contractor shall deliver
a written report with recommendations identifying areas for
improvement. The Contractor shall perform an analysis of the alignment
of the information technology function to the PTO business functions.
After completing the analysis, the Contractor shall deliver a written
report with recommendations identifying areas for improvement. PART I
REQUIREMENTS: (1) The Contractor shall assess the PTO's efforts to
comply with the Clinger-Cohen Act and the following OMB implementing
guidance: the October 25, 1996 "Raines Rules," and the guidance to
agencies (#M-97-16) on the development and implementation of
Information Technology Architectures. The Contractor shall deliver a
written report (Deliverable 1 below) documenting the findings. (2) The
Contractor shall assess how well current efforts to align the
information technology function to the PTO business functions, to
include addressing business performance measures within the PTO's
information technology customer service standards. The Contractor shall
deliver a written report (Deliverable 2 below) documenting the
findings. PART I DELIVERABLES: (1) The Contractor shall provide a
written report detailing assessment of the PTO's compliance with the
Clinger-Cohen Act and OMB Implementing Guidance, delivered at the end
of Task 1, delivery date to be determined; and (2) The Contractor shall
provide a written report detailing assessment of the alignment of the
PTO's Information Technology function with the PTO's business
functions, delivered at the end of Task 2, delivery date to be
determined. PART II -- Planning Assistance to Develop Future PTO
Electronic Workplace: PART II OBJECTIVE: The PTO has a requirement for
expert services to plan for the coordination of its efforts to develop
a future PTO electronic workplace and to establish in concert with the
World Intellectual Property Organization (WIPO) a global intellectual
property office network that is being designed to enable
communications on and data exchange among intellectual property offices
world-wide. The Contractor shall support efforts to integrate the PTO's
international initiatives with its domestic technology strategy, and
establish a PTO Technology Council having management responsibility for
the development and implementation of all information technology
projects at the PTO. PART II REQUIREMENTS: (1) The Contractor shall
develop a conceptual template whereby the PTO can manage the
information technology, legal, policy and regulatory issues which
accompany this effort, including a coherent plan for reaching goals and
individual milestones by measuring project progress using available
tools at the PTO; and (2) The Contractor shall develop a transition
plan that presents steps needed in order to fully implement a highly
effective Technology Council at the PTO including recommendations for
its structure and function, as well as process, and how it will
operate, using bench-marked best-in-class examples derived from both
private and public sectors. PART II DELIVERABLES: (1) The Contractor
shall develop and deliver a draft plan which will form a template for
coordinating and tracking progress. This draft plan shall be developed
through use of available automated project management tools currently
in use at the PTO, such as CAT and the access based Legal Issues Data
Base, of various component of efforts associated with the Wire the
World Project within 30 days following the award of this contract; (2)
The Contractor shall deliver a final version of the plan on a date to
be determined; and (3) The Contractor shall deliver transition plans
and reports containing recommendations on the structure, function,
process and operation of the PTO Technology Council, at dates to be
determined. EVALUATION: The PTO contemplates the award of one or more
contracts resulting from this solicitation to the responsible offeror
whose offer, comforming to the solicitation, will be the most
advantageous and represents the best value to the Government, price and
other factors considered. Offerors may elect to submit a proposal for
either PART I, PARTII or for both PARTS. The following factors will be
used to evaluate offers: (A) Past Performance; ( B) Technical
Capability; and (C) Cost/Price. Factor A is more important than Factor
B, and together Factors A and B are substantially more important than
C. Past Performance will be evaluated as follows: Evaluation of past
performance shall be based on information obtained from the
contacts/references provided by the offeror, as well as any other
information the Government may have or obtain from other sources.
Evaluation of Technical Capability will be based on the resumes and
experience of the individuals specified to perform the services, as
well as the offeror's understanding of the work to be performed.
Additionally, technical capability will also include an evaluation of
the offeror's recommended technical approach. Instructions/Notice of
Offerors: The PTO will furnish or make available to the Contractor any
documentation or data deemed necessary to perform the required effort.
Offerors are requested to submit one (1) signed and dated original and
four (4) copies of the proposal. The proposal shall be brief and
concise, but shall demonstrate the technical capability and
understanding to perform the effort described herein, as well as the
required experience to accomplish the services required. The offeror
shall also provide a brief explanation of the technical approach they
would recommend for the accomplishment of the tasks described herein.
Offerors shall include pricing information that reflects the proposed
labor mix and hourly rates for each individual proposed as well as
complete resumes and qualifications for each. The offeror shall
identify two Federal, state or local government or private contracts
under which the offeror has performed work similar to the statement of
work contained herein. Past performance references should be current
contracts or completed within the last three years. The offeror shall
provide a point of contact, current telephone number and a fax number
for each reference. These references must be submitted with the
offeror's proposal on the due date stated herein. Proposals shall also
include a completed copy of the provision at 52.212-3, "Offeror
Representation and Certifications -- Commercial Items." A copy of these
representations and certifications may be obtained by contacting the
person specified below. The contract award(s) will include the clauses
cited at FAR 52.212-4, "Contract Terms and Conditions -- Commercial
Items" and 52.212-5, "Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items." The terms
and conditions of clauses 52.219-14, "Limitation on Subcontracting"
and 52.219-6, "Notice of Total Small Business Set Aside" shall apply to
this solicitation. Proposals shall be delivered to the Patent and
Trademark Office, Office of Procurement, 2011 Crystal Drive, CPK 1,
Suite 810, Arlington, VA 22202, Attention: Mr. Thomas A. Sowa, no later
than 2:00 PM (EST) on Friday, January 30, 1998. The point of contract
for information regarding this solicitation is Thomas A. Sowa at (703)
305-8441. (0015) Loren Data Corp. http://www.ld.com (SYN# 0008 19980121\B-0002.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|