Loren Data Corp.

'

  
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