Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2022 SAM #7446
SPECIAL NOTICE

S -- USPTOACQ-22-0417 - Records Storage and Permanent Record Accessioning Support

Notice Date
4/18/2022 7:37:10 AM
 
Notice Type
Special Notice
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
DEPT OF COMMERCE PTO ALEXANDRIA VA 22314 USA
 
ZIP Code
22314
 
Solicitation Number
USPTO-ACQ-22-0417
 
Response Due
4/28/2022 11:00:00 AM
 
Point of Contact
Jennifer Springer, Phone: 5712728616, Christopher Ward
 
E-Mail Address
Jennifer.Springer@uspto.gov, Christopher.Ward@uspto.gov
(Jennifer.Springer@uspto.gov, Christopher.Ward@uspto.gov)
 
Description
USPTO-ACQ-22-0417 - Records Storage and Permanent Record Accessioning Support The United States Patent and Trademark Office (USPTO) intends to award a sole source, firm fixed price GSA Federal Supply Schedule (FSS) task order to Iron Mountain Information Management, LLC, One Federal Street, Boston, MA 02110-2012. The Period of Performance for the order will be one (1) twelve (12) month base period with four (4) twelve (12) month option period. The purpose of this requirement is to secure Records Storage and Permanent Record Accessioning support for USPTO in accordance with National Archives and Records Administration (NARA) regulations and the Office of Management and Budget (OMB) and the General Services Agency (GSA). �The following items (Trucking to Lenexa, KS, Rolls of plastic wrap, and pallets) are not available via the contractor�s FSS contract and, therefore, will be incorporated as open market items in accordance with FAR 8.402(f). Orders placed under FSS are exempt from the requirements in FAR Part 6; however, an ordering activity must justify its action when restricting consideration of schedule vendors.� In accordance with FAR 8.405-6(a)(B), restricting competition may be justified when �only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized.� Open market items included in FSS orders and BPAs are not exempt from the requirements of FAR Part 6.� In accordance with 10 U.S.C.� � 2304(c)(1) and 41 U.S.C. � 253(c)(1), as implemented by FAR 6.302-1, competition may be restricted when �only one responsible source or no other supplies or services will satisfy agency requirements.� Iron Mountain is the only vendor capable of providing a comprehensive solution. A Limited Source Justification (LSJ) in accordance with Federal Acquisition Regulation (FAR) 8.405-6 and a Justification & Approval in accordance with Federal Acquisition Regulation (FAR) 13.501(a) has been approved.� There are significant program needs and risks associated with this requirement that support the rationale of a sole source procurement strategy.� Specifically, NARA�s stringent standards of 36 CFR, Part 1234, which include stringent security protocols protecting the exterior, entry and interior areas, roof design and support for each individual chamber, comprehensive fire protection, detection and suppression systems, protective environmental controls, redundant power supplies and dual water supply and double-walled pipe leak protection. There is a need to accommodate a high volume of Patent files requiring storage. USPTO has been working with a NARA Task Force to build a NARA-approved Accessioning Plan for the 2,435,799 files, 323,881 boxes that occupy 388,657 cubic feet currently stored at the Iron Mountain Suitland location. It is federal regulation for Agencies to accession and transfer ownership of any permanent records to NARA. Additionally, USPTO must not break the auditable chain-of custody from storage in the Iron Mountain warehouse to delivery at NARA�s Lenexa, KS facility. Although storage of the files cannot be performed by another vendor, due to the volume of records and cost of withdrawal, the movement of the permanent records to Lenexa, KS for accession could be carried out by another contractor. However, this would mean a transfer of ownership to a new entity and would increase the risk of records being mishandled or lost. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES OR PROPOSALS; however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time.� Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements.� Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. If no responses are received, the Government will proceed with the award.� Responses are due by April 20, 2022, 12:00 p.m.� (EDT).� Responses shall be submitted via e-mail to Jennifer.Springer@uspto.gov and Christopher.Ward@uspto.gov.� Telephone requests or inquires will not be accepted.� Please indicate in the subject of your email: Notice of Intent Question Submission � ACQ-22-0417. Any future notices pertaining to this requirement will be added with an amendment to the original notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a956e9fac7b54c7fa949b3de5a11cd46/view)
 
Place of Performance
Address: Suitland, MD 20746, USA
Zip Code: 20746
Country: USA
 
Record
SN06300392-F 20220420/220418230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.