COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651 Department of Commerce, Patent and Trademark Office (PTO), Office of
Procurement, Box 6, Washington, DC, 20231 D -- BIOTECHNOLOGY EXTERNAL SUPPORT SOL 52PAPT001016 DUE 081100 POC
Raymond Witmer, Contracting Officer, Phone (703) 308-5064, Fax (703)
305-8294, Email raymond.witmer@uspto.gov WEB: Visit this URL for the
latest information about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=52PAPT001016&LocID=251. E-MAIL: Raymond Witmer, raymond.witmer@uspto.gov.
Description: This is a combined synopsis/solicitation for commercial
services prepared in accordance with FAR _12.6 Streamlined Procedures
for Evaluation and Solicitation for Commercial Items as supplemented by
the additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. Proposals submitted in
response to this solicitation shall reference RFP Number
52-PAPT-0-01016. This solicitation incorporates all of the applicable
provisions and clauses in effect through Federal Acquisition Circular
97-18 as if stated in full text, as well as the terms and conditions of
FAR _52.212-1, Instructions to Offerors for Commercial Items, FAR
_52.212-3, Offeror Representations and Certifications -- Commercial
Items, FAR _13.3 -- Simplified Acquisition Methods, and the Department
of Commerce Agency Level Protest Procedures listed at
http://www.uspto.gov/web/offices/ac/comp/. A manageable number of
simplified purchases, the number of which will depend on the ultimate
amount of funds allocated to this effort, will be awarded as a result
of this solicitation to perform and complete the tasks described
herein. This solicitation will deem acceptable only those services that
meet the description of a commercial item as given in FAR _2.101
Definitions. Objective: This is a full and open competitive procurement
which will utilize SIC Code 7375 INFORMATION RETRIEVAL SERVICES. The
USPTO has a requirement for electronic access to public sequence
databases and search services using existing computer systems external
to the USPTO to support examination of biotechnology patent
applications containing genetic sequence information. Use of such
services is expected to reduce the escalating costs associated with
infrastructure expansion of internal USPTO biotechnology computer
systems. Technical/Functional Requirements: The commercial item
services proposed in response to this solicitation must provide USPTO
staff with electronic access to sequence searching systems via
subscription or any other arrangement equivalent in function. All
system(s) must be currently functioning, fully supportive of their
internal and external customers, and not created specifically for USPTO
use. The minimum performance requirements are that the system(s) must:
1) be accessible 24 hours per day seven days per week (with scheduled
maintenance downtime) and provide timely sequence search/search
results, i.e., results returned within 24 hours for up to 20,000
searches (i.e., one sequence searched against one database) per day; 2)
display system responses within an average of 10 seconds and transmit
those responses to the USPTO's PC-based Pentium class workstations; 3)
provide access to standard sequence search tools used in the public
domain, including such search algorithms as FASTA, BLAST,
Smith-Waterman, FastDB, PFAM and Clustal W; 4) process search query
strings as large as 30,000,000 bases; 5) support automated batch
submission of searching multiple sequences against multiple databases
using user selected predefined parameters (the ability to set up a
search of only one sequence against one database at a time is not
sufficient to process the expected volume of work); 6) provide a
Netscape browser interface to set up and submit the search and display
the results (see the Technical Reference Model (TRM) web page at
http://www.uspto.gov/web/offices/cio/trm/ which describes PTO browser
technical requirements); 7) access the most current versions of public
sequence databases including, but not limited to, GenBank, EMBL, DDBJ,
SWISS-PROT, and PIR, and provide searches of other commercial
databases, including, but not limited to GENESEQ; 8) allow USPTO users
to control sequence search parameters and allow interchange of
variables with regard to each sequence search; 9) support sequence data
queries in the Intelligenetics data format or, alternatively, provide
capability to convert the USPTO sequence data queries to the needed
format to perform various types of searches such as BLAST, FASTA,
Smith-Waterman, etc. as described earlier; 10) provide standard Windows
features and be compatible with USPTO automation software (see
hyperlink reference in number 6 above); 11) average 1-2 seconds
flip-rate from one display screen to the next; 12) integrate
new/upgraded software tools capable of searching and evaluating new
forms of biosequence information into the existing suite as they become
available; and 13) provide secured access to users. The system(s) and
its organizational personnel must meet the USPTO's requirement for
confidentiality of patent application information. Moreover, external
communication to and from remote sites must use USPTO approved security
software and hardware (see hyperlink regarding TRM in number 6 above)
for data encryption (e.g., Public Key Infrastructure (PKI)(see security
at http://www.uspto.gov/ebc/frame_about.html) or similar technology as
proposed by offerors). Highly desirable performance features are that
the system should: 1) provide hyperlinks in the search results to US
Patents, patents from other patent offices worldwide, and non-patent
literature; 2) if desired by USPTO, allow incorporation of the USPTO
public information sequence databases as part of the external
infrastructure; 3) provide for priority access and search request
processing for USPTO's expected high volume of daily search requests;
and 4) provide sequence analysis tools. Evaluation: The Government may
make multiple awards of simplified purchase order(s) for commercial
services using the Optional Form 347 ORDER FOR SUPPLIES OR SERVICES.
Award(s) resulting from this solicitation will be made to the
Offeror(s) whose proposal(s), conforming to the solicitation, will be
the most advantageous and represent the best value to the Government,
price and other factors considered, and may be made at any time and in
any quantity during the evaluation process. Evaluation will be done in
sequential steps. During Step 1 the Contracting Officer will ensure
that Offeror submissions have been received prior to the time and date
identified in the Synopsis/Solicitation document. An Offeror who fails
to provide the information prior to the time required by the
Synopsis/Solicitation document shall not be considered for further
evaluation. During Step 2 the Contracting Officer will evaluate each
Offeror's submission for completeness and ensure that each Offeror has
provided the information required by the Synopsis/Solicitation
document within the 20 single sided page limitation. The Offeror must
provide: 1) a brief written description of its ability to meet the
thirteen mandatory requirements; 2) a brief written description of its
ability to provide the four highly desirable features; 3) a list of at
least three references; 4) documentation of its ability to provide live
demonstrations and live test evaluation service at the USPTO; and 5)
the billing or pricing algorithm used by the Offeror in its commercial
service. During Step 3 the Government will evaluate each proposal to
determine the probability that the vendor can meet all the mandatory
requirements. However, should the number of Offerors meeting all
thirteen mandatory requirements be overly large, the Government will
use the Offeror's probable ability to provide the highly desirable
features and the Offeror's past performance to down select for further
consideration a manageable number of Offeror's with a reasonable
chance for award. These Offerors may be invited to participate in live
demonstrations at the PTO. Should the Offeror not be able to provide
a live demonstration on the PTO campus the Government may, at its
discretion, choose to observe a live demonstration at the Offeror's
site, but the Government is not obligated to do so. If live
demonstrations are conducted, the purpose will be to further ascertain
the ability of the Offeror to meet the thirteen mandatory requirements
and the four highly desirable features. The Government will reach a
concurrence on the ability of the Offeror to meet the mandatory
requirements and highly desirable features. During Step 4 the
Government will review the results of the live demonstrations and
investigation of past performance, determine the probability of the
Offerors to meet the mandatory requirements and highly desirable
features, and down select those Offerors with a reasonable chance for
award. During Step 5, the Government may award orders to a reasonable
number of Offerors for live test evaluations during which the
Government will use the services for processing the Agency's gene
sequence search work and gather empirical data on the productivity of
the service. Finally, during Step 6, the Government will evaluate the
productivity of each Offeror by comparing the price of the service
provided to the amount of work processed thereby determining which
services offer the highest return for dollars spent. The Government may
make multiple awards to Offerors for long term use of biotechnology
external support services to augment the in-house capability to perform
the same work. Instructions/Notice to Offerors: Offerors are required
to submit one signed and dated hardcopy original and four (4) hardcopy
duplicates of the proposal. An electronic copy of the proposal is
highly desired but not mandatory. The proposal shall be brief and
concise, limited to 20 one-sided pages, but shall unquestionably
demonstrate the Offeror's technical/computing capability and
understanding required to perform the effort described herein as well
as its experience with providing sequence-searching resources needed to
accomplish the services required. The Offeror shall also provide a
brief explanation of its recommended technical approach for the
accomplishment of the tasks described herein. Pricing proposals for
access to sequence searching systems shall be broken out in accordance
with the Offeror's normal billing practice. Pricing may be formulated
into a single, all-inclusive billing structure that places all
services/requirements into a fully loaded price per individual search,
a flat subscription rate, or any other commercial billing algorithm so
long as the pricing methodology is fully explained. This breakout
should identify one time charges, if any, including, but not limited
to, startup costs and the installation of security features that may
not be included in the price algorithm for routine operation. The
proposal shall also specifically address how the offeror will protect
the confidentiality of patent application information and avoid
conflict of interest as well as the appearance of conflict of interest
(e.g., in the circumstance where offeror may regularly submit patent
applications in the biotechnology art). The offeror shall identify a
minimum of three Federal, state, local government, and private
contracts or similar arrangements under which it has performed work
similar to the requirement described herein. Past performance
references should be current contracts or other arrangements completed
within the last three [3] years. The offeror shall provide a point of
contact including current telephone and fax numbers and e-mail address
for each reference. These references must be submitted with the
offeror's proposal by the due date stated herein. Proposals shall
include a copy of the provision at FAR _52.212-3 Offeror Representation
and Certification of Commercial Items, a copy of which may be obtained
from the point of contact given below. Proposals shall also include a
completed copy of the provision at FAR _52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items . A copy of these provisions may also be obtained by
contacting the point of contact. Any award or awards resulting from
this announcement will include FAR _52.212-4 Contract Terms and
Conditions -- Commercial Items and FAR _52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items, each of which is available from the point of contact.
The proposal must include company name, address, telephone and fax
numbers, e-mail address, and point of contact. All proposals must be
submitted to Raymond Witmer and must be received by 2:00 PM (EST) on 11
August 2000. Hard copy materials must be sent to U.S. Patent &
Trademark Office, 2011 Crystal Drive, Crystal Park 1, Suite 810,
Arlington, VA 22202. Any electronic copy of the proposal, the inclusion
of which is optional, must be sent to raymond.witmer@uspto.gov. An
electronic copy of this solicitation, and any additional information on
the procurement, may be found at
http://www.uspto.gov/web/offices/ac/comp/proc/. All proposal materials,
both hardcopy and electronic, must be received by the above date. Point
of Contact: The point of contact for information regarding this
solicitation is Raymond Witmer at (703) 308-5064 for voice, (703)
305-8294 for fax, and raymond.witmer@uspto.gov for e-mail. Posted
07/25/00 (D-SN478576). (0207) Loren Data Corp. http://www.ld.com (SYN# 0044 20000727\D-0005.SOL)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on July 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|