SOURCES SOUGHT
79 -- Sources Sought for Co-Brand Agreement for Floor and Surface Dusting System
- Notice Date
- 7/28/2010
- Notice Type
- Sources Sought
- NAICS
- 339994
— Broom, Brush, and Mop Manufacturing
- Contracting Office
- Comm for Purchase from People Who Are Blind or Severely Disabled, Committee for Purchase, Committee for Purchase, 1421 Jefferson Davis Highway, Jefferson Plaza #2, Room 10800, Arlington, Virginia, 22202-3259
- ZIP Code
- 22202-3259
- Solicitation Number
- CP-07-28-10-01
- Archive Date
- 9/11/2010
- Point of Contact
- Richard Hill, Phone: 703-310-0370
- E-Mail Address
-
rhill@nib.org
(rhill@nib.org)
- Small Business Set-Aside
- N/A
- Description
- On behalf of The Committee for Purchase From People Who Are Blind or Severely Disabled (Committee), the independent Federal agency that administers the AbilityOne Program, (National Industries for the Blind (NIB), a designated central nonprofit agency, is pursuing potential partnerships with U.S. commercial manufacturers of floor and surface dusting systems for the purpose of providing employment for people who are blind or severely disabled. If successful, the result will be a co-brand agreement between the manufacturer and the AbilityOne Program, and its registered brands. The ultimate expectation is that the co-branded product will be placed on the Committee's Procurement List (PL). The floor and surface dusting system must meet and/or exceed FAR and other Federal Government published standards, Executive Orders and Federal Agency requirements. At a minimum, the following criteria must be met: 1. Possession of a nationally known brand name that can be demonstrated to have significant appeal through evidence of substantial sales. 2. Product Specific Criteria: Duster Cloth Material *Cloth must be disposable, easy to dispense, and perforated to allow length customization. *Cloth can be used on both sides to increase the effective floor and surface dusting area. *The construction of the cloth must provide space for dirt and dust to be captured up in the cloth. *Cloth construction must reduce drag when floor and surface dusting. *Must work in wet environments. *Must be available in standard widths for industrial and janitorial use. * Usable with other dusting tools and systems Duster Holder *Must work with a standard threaded US broom handle. *Allows consumer to easily use both sides of the cloth. *Must be lightweight and durable. *Cloth is easily attaches to the holder. * The holder is available in standard sizes for industrial and janitorial use. 3. The chosen manufacturer must be willing to set a high priority for delivering bulk materials to the non-profit agency in order to assure the agency of on-time deliveries to federal government customers. 4. All products must be manufactured and lab tested, certified and customer tested to be effective according to their purpose, have current Material Safety Data sheets if necessary, and meet certifications with corresponding documentation designated by customers. 5. A willingness to enter into a multi-year agreement which includes on-going technical and production assistance and the necessary factory trained technical field support while enabling the non-profit agency to meet the criteria of the AbilityOne Program to convert material, fill containers, label, assemble and package the products thereby creating employment for people who are blind or severely disabled. 6. Commitment to working independently with the AbilityOne to market products to the Government customers under the AbilityOne Program. It is preferred that the chosen manufacturer has a dedicated team for Federal Government sales and marketing. 7. Willingness to work with the non-profit agency, (NIB or NISH) and the Committee to ensure that the price to the end-users is a fair and reasonable price. 8. Manufacturers' submissions must demonstrate that proposed products meet the various criteria, as well as indicate what functions the nonprofit agency's employees would perform. Respondents are encouraged to submit: • Performance history during the past 24 months (commercial and Government). Past performance is defined as the manufacturer's record of conforming to standards of good workmanship; adherence to delivery schedules; reputation for reasonable and cooperative behavior; commitment to customer satisfaction; and an overall business-like concern for the interests of the customer. Past performance will be used to determine whether the manufacturer has consistently demonstrated a commitment to customer satisfaction and to timely delivery of quality goods at fair and reasonable prices. • Past experience with a same or similar co-branding partnership. Proposals should include description of partnership; timeframe; partner diversity (small business, minority owned business, etc.); and results. • Past experience in Government sales of the Floor and Surface Dusting System line. • Manufacturer's submission shall include their additional requirements for the nonprofit agency such as quality systems/certifications, proprietary information/non-disclosure agreements; defect liability; product recall; etc. The deadline for response is August 27, 2010 Responses should be directed to the contact listed in this Notice. Questions should be directed to Richard Hill at 703-310-0370.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/JWOD/JWODCOP/COP01/CP-07-28-10-01/listing.html)
- Place of Performance
- Address: 1310 Braddock Place, Alexandria, Virginia, 22314, United States
- Zip Code: 22314
- Zip Code: 22314
- Record
- SN02220561-W 20100730/100728235228-4dae464d9adc9fcaea597433db5ff7a7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |