Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOURCES SOUGHT

R -- USPTO Campus Lease Support Services

Notice Date
1/19/2023 11:15:21 AM
 
Notice Type
Sources Sought
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
DEPT OF COMMERCE PTO ALEXANDRIA VA 22314 USA
 
ZIP Code
22314
 
Solicitation Number
ACQ-23-0665
 
Response Due
2/7/2023 10:00:00 AM
 
Point of Contact
Jennifer Springer, Christopher Ward
 
E-Mail Address
Jennifer.Springer@uspto.gov, Christopher.Ward@uspto.gov
(Jennifer.Springer@uspto.gov, Christopher.Ward@uspto.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This PTAG 6.1.1 Sources Sought Notice�is strictly for market research ONLY.� It is for informational and planning purposes and shall NOT be construed as a solicitation or as an obligation or commitment by the Government at this time. PTAG The Government intends utilizing the Alternative Competition Method in accordance with the Patent and Trademark Office Acquisition Guidelines (PTAG) and the Patent and Trademark Office Efficiency Act 35 U.S.C. 2(b)(4)(A). This Sources sought notice is intended as preliminary market information gathering which the USPTO will use to determine which Small Business contractor(s) is/are the most likely to successfully meet the agency�s needs and are thereby eligible to participate in an alternative competition. As a result of this market research, the solicitation will only be issued to those qualified small business contractor(s) that are deemed most likely to successfully meet the agency�s requirement as stated below. Requirement: The USPTO has a need for design and real property support services in relation to the analysis of lease requirements and building release and office consolidation requirements. Realty planning support is required for all of USPTO�s real property holdings in Northern Virginia and the Regional Offices. As the tenant, the USPTO must develop and implement a real estate strategy to secure the future Agency tenancy without disruption. This requirement will enable USPTO to mitigate resource constraints and improve efficiency, while securing technical data and expertise to ensure the implementation of an effective lease strategy. Background: NATIONAL CAPITAL REGION (NCR): The Alexandria Campus is the current headquarters of the U.S. Patent & Trademark Office (USPTO). The current campus lease will expire August 2024 and a five-year lease extension is approved through August 2029. To extend the lease beyond 2029 and beyond, this will require a new lease prospectus effort. This involves the completion of the Program of Requirements, Housing Plan, and lease prospectus completion. The USPTO main campus headquarters consists of the following locations within the NCR. 600 Dulany, Alexandria Virginia which is GSA leased space for which USPTO has separate occupancy agreements for each of the following buildings: Madison East/ Madison West (906,235 rsf), Knox (358,715 rsf) and Jefferson (358,539 rsf), Remsen (381,728 rsf) and Randolph (381,722 rsf). USPTO is expected to vacate Remsen and Randolph buildings by August 2024. A USPTO private lease for 2 townhouses and 2 garages attached (77,783 sf) connecting to the main campus 6 buildings. Elizabeth Townhouse with the West garage located at 550 Elizabeth Ln and Carlyle Townhouse with the East garage located at 551 John Carlyle St both in Alexandria, VA. A warehouse which is a GSA lease (26,832 rsf) located at 8430 Terminal Rd., Lorton VA. REGIONAL OFFICES: Over the past decade, USPTO has enhanced its regional presence significantly.� As authorized under the Leahy-Smith America Invents Act of 2011, USPTO expanded its regional presence to increase outreach activities, enhance examiner retention, improve examiner-recruiting, decrease the patent application backlog, and improve patent examination quality.� Combined, these regional facilities provide inventors, entrepreneurs, and small businesses a USPTO presence in every U.S. time zone. USPTO staff in the Regional Offices work closely with inventors, entrepreneurs, small businesses, job-growth accelerators, and intellectual property practitioners. They also collaborate with local science, technology, engineering and mathematics organizations on outreach and educational programing. As USPTO re-examines its regional operational presence, the Agency also must consider how regional space and facilities should evolve to support mission requirements.� As regional leases and occupancy agreements come due for expiration in the coming years, this may require a refresh of the design and configuration of each regional facility, program of requirements, assessment and management of any move and replicate efforts. It may also require an expansion into other areas of the U.S.� USPTO Regional Office locations include the following: Detroit office: 300 River Place, Detroit, Michigan. A GSA leased space. (39,640 rsf) Denver office: 1961 Stout St., Denver, Colorado. A GSA owned facility (47,284 sf) Dallas office: 207 S. Houston St, Dallas, Texas A GSA owned facility (49,427 rsf) San Jose office: 200 E. Santa Clara St, San Jose, California. A USPTO private lease (35,194 rsf) The Office of the Chief Administrative (OCAO) is charged with providing services and support to ensure advancement of the USPTO mission. The goal of the OCAO is to provide an environment that maximizes employees� ability to perform their duties and deliver services in a way that is customer service driven, achieves the best value for clients, and enhances the agency's assets. The OCAO is the leader in the management of Space & Facilities Management and Employee & Office services. The organization ensures that USPTO and its Business Units provide world-class Patent and Trademark services to their customers, empowers and equips a workforce that is highly motivated and customer service oriented. Purpose: The USPTO seeks a contractor(s) (s) who possesses the necessary skills, in-depth knowledge, and experience in complicated federal real estate leasing transactions to assist the Office of Administrative Services (OAS) with the development of a lease strategy for USPTO Campus Lease Project (CLP) and future state of the Regional Offices. Scope: The contractor(s) shall provide expertise, labor, tools, and equipment necessary to include, but are not limited to: site investigation, pre-design studies, requirement assessments, Program of Requirements and housing plan, strategic customer engagements, multi-discipline design, estimating, and design review and the ability to provide complex independent analyses to explain findings. Note: The USPTO will reserve the right to determine how individual projects are competed in the case that more than one contractor is awarded either a BPA or IDIQ, making this effort anchored by a multi-award Blanket Purchase Agreement (BPA) or Indefinite Delivery Indefinite Quantity (IDIQ).� It should be understood however the unique elements required for a project may require the USPTO, to choose to either compete amongst some BPA/IDIQ holders or sole source it to one BPA/IDIQ holder at the task order level. Period of Performance: The Period of Performance is anticipated to consist of five years.� A base year + four (4) twelve-month option. Place of Performance: The Agency anticipates that the majority of the work will take place at the Contractor�s office. HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE Note:� The Government will not utilize formal evaluation criteria for market research associated with PTAG 6.1.1. The Government will review these sources sought responses to help determine which (if any) small business vendors are most likely to successfully meet the agency�s requirements for USPTO Campus Lease Requirements Support Services DEADLINE: Responses are due no later than February 7, 2023 at 1:00 PM EST and are to be submitted� via email to Jennifer.Springer@uspto.gov� and Christopher.ward@uspto.gov NO PHONE CALLS PLEASE QUESTIONS Questions �regarding this sources sought notice are due no later than January 31, 2023 at 1:00 PM EST and are to be submitted� via email to Jennifer.Springer@uspto.gov� and Christopher.ward@uspto.gov NO PHONE CALLS PLEASE Small Business Responses Responses should include: a capability statement (including other supporting info showing the ability to meet this requirement as requested below), the name of your firm, The Small Business Socio-Economic sub-category of your firm (if applicable) complete address, email and phone of the primary contact. Your SAM.gov UEI number (if available).� Note: you must be registered in the SAM.gov database prior to any award of a contract or agreement. Campus Lease Requirements Support Services Capabilities: In response to this source sought notice, please provide enough detail to show: Past performance should include twenty plus years of real estate analysis and planning experience with the GSA policies and procedures and engagement in the areas of space strategies, POR requirements, and lease negotiations. Deep understanding of current USPTO space standards, business units, regional functionality and operations, and unique staff requirements as it pertains to the various unions. Demonstrated experience with federal government real estate policy, procurement process, federal government program of requirements development, leveraging experience with the GSA, evaluation practices and lease negotiations. Demonstrated expertise in working with the GSA, OMB and Congress for federal office space leasing acquisition. Expert level experience in strategic planning and programming, conceptual and schematic design, design development, construction and contract documents, and project administration. Key Personnel In your response to this source sought, please identify any Key Personnel that would likely be involved in fulfilling the requirements, and include any relevant background information on those individuals. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This PTAG 6.1.1 Sources Sought Notice�is strictly for market research ONLY.� It is for informational and planning purposes and shall NOT be construed as a solicitation or as an obligation or commitment by the Government at this time. ###
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/320a9c0cfe82449ca7fd8ad9f169cb56/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06568673-F 20230121/230119230113 (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.