Opportunity

SAM #ACQ-26-0982

USPTO Emergency Management Specialists and COOP Program Support Services

Buyer

DEPT OF COMMERCE PTO

Posted

April 21, 2026

Respond By

May 06, 2026

Identifier

ACQ-26-0982

NAICS

541990, 541618

The United States Patent and Trademark Office (USPTO), under the Office of the Chief Administrative Officer, is seeking qualified vendors to provide Emergency Management Specialists and supervisory support for its Continuity of Operations (COOP) program. - Government Buyer: - United States Patent and Trademark Office (USPTO) - Office of the Chief Administrative Officer (OCAO) - Office of Administrative Services, Security and Emergency Management Division - OEMs and Vendors: - No specific OEMs or product manufacturers are mentioned; this is a professional services requirement. - Products/Services Requested: - Four (4) Emergency Management Specialists - Responsibilities: gap analysis, Mission Essential Function (MEF) validation, business process analysis, COOP plan updates, and development of training, testing, and exercise programs - One (1) Emergency Management Supervisor - Responsibilities: supervise and coordinate the specialist team - All personnel must be Public Trust cleared - Unique or Notable Requirements: - Compliance with updated Federal Continuity Directives is mandatory - Services must include COOP plan updates, gap analysis, and MEF validation - Development and delivery of training and exercise programs - Work is primarily on-site at USPTO Headquarters in Alexandria, VA, with possible support at regional offices in Detroit, Dallas, and San Jose - Remote work may be authorized on a case-by-case basis - Transition and phase-in/out procedures are required - Place(s) of Performance: - USPTO Headquarters and associated buildings in Alexandria, VA - Elijah J. McCoy Midwest Regional Office (Detroit, MI) - Texas Regional Office (Dallas, TX) - Silicon Valley Regional Office (San Jose, CA)

Description

THIS IS A PTAG SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY.

This PTAG 6.1.1 Sources Sought (request for information) Notice (RFI) 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 contemplates 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 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 contractor(s) that are deemed most likely to successfully meet the agency’s requirement as stated below.

This RFI is being made available under NAICS 541990 – All Other Professional, Scientific, and Technical Services and PSC R499 -Support—Professional: Other

Purpose of this Sources Sought / Request for Information (RFI)

The purpose of the U.S. Patent and Trademark Office’s (USPTO) Request for Information (RFI) is to educate USPTO about the capabilities and offerings of commercial sources to offer:

A team of Emergency Management Specialists/Continuity of Operations (COOP) Subject Matter Experts and 1 Project Manager that will update USPTO's COOP Plan and Program from its current state to where it adheres to all aspects of the recently updated Federal Continuity Directives that were released in 2024, bringing USPTO into compliance.    

The responses to this RFI should provide USPTO management with an understanding of each firms   experience and the range of services provided.  This will allow USPTO management to conduct thorough market research, identify suitable providers, and make informed decisions.

Please review the attached Abridged Performance Work Statement (PWS)  for more detailed information about this requirement.

HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE

All interested contractors should provide the following information in their response via e-mail to the contacts listed below:

Your contractor name, address, SAM UEI, point of contact information, email, phone, website address. Your FSS Schedule contract number (Only if applicable). Any relevant certifications or other relevant authorizations   Information about your firm’s ability to meet the requirement stated above

Please provide a tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If subcontracting or teaming arrangements are anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements Past Performance – If applicable, please provide info on previous awards including a short description where similar services were provided. Please provide civilian customer/Government Agency contact information including: contact name and organization, telephone number, and email address.

QUESTIONS

Questions regarding this RFI  are due no later than Wednesday, April 29, 2026 at 1:00 PM ET and are to be submitted via eBUY and/or email to  Kendall.jones1@uspto.gov and Roy.pitman@uspto.gov

NO PHONE CALLS PLEASE

DEADLINE:

Responses are due no later than Wednesday, May 6, 2026 at 1:00 PM ET and are to be submitted via eBUY and/or email to  Kendall.jones1@uspto.gov and Roy.pitman@uspto.gov

Late responses may be considered at the government’s discretion.

Disclaimer: This PTAG Sources Sought Request For Information (RFI) notice is issued solely for Market Research information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled in accordance with procurement integrity requirements.  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.

.

View original listing