Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOURCES SOUGHT

89 -- Sources Sought for Co-Brand Agreement for Salad Oils (Canola and Soy)

Notice Date
11/17/2010
 
Notice Type
Sources Sought
 
NAICS
311999 — All Other Miscellaneous Food 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-11-17-10-01
 
Archive Date
1/1/2011
 
Point of Contact
Stephanie Blake, Phone: 571-226-4620
 
E-Mail Address
sblake@nish.org
(sblake@nish.org)
 
Small Business Set-Aside
N/A
 
Description
On behalf of AbilityOne Program NISH, a designated central nonprofit is pursuing a potential partnerships with commercial manufacturers of Salad Oils (Canola and Soy) for the purpose of providing employment opportunities for people who are blind or severely disabled. If successful, the result will be a Co-Branding 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 manufacturers will be nationally (or regionally) recognized suppliers of edible oils and will supply two NISH Food Producing Non-profit Agencies, located in Rochester, NY (Salad Oil, Canola) and Cookeville, TN (Salad Oil, Soy) who will package, pack, label, mark, unitize and distribute 100% of the annual requirement of these oils to all four branches of the U.S. Military and other Federal Customers, through the Defense Logistics Agency (DLA) Troop Support Prime Vendor Program. The Non-profit Agencies will provide world-wide distribution to CONUS and OCONUS locations. At a minimum, the following criteria must be met (proposals must address all criteria): 1. Possession of a nationally (or regionally) known brand name that can be demonstrated to have significant appeal through evidence of substantial sales. 2. U.S. manufacturer of commercial-off-the-shelf Salad Oil (Canola and Soy). These oils include Soybean, Winterized Soybean, and Canola (Rapeseed). Future oils may include but are not limited to corn, cottonseed, peanut, and sesame oils (additional, future oils types are not guaranteed). Interested manufacturers do not need to supply all oil types. Therefore, multiple manufacturers may be selected. However, preference may be given to manufacturers of all oil types (Canola and Soy). 3. The Salad Oils must meet and/or exceed Federal Government and Industry published standards. 4. The chosen manufacturers must be willing to set a high priority for delivering the oils to two NISH Food producing Non-profit Agencies in order to assure on-time deliveries to the U.S. Military through the DLA Troop Support Prime Vendor Program. In the event of Surge or Full Scale Mobilization, the oil suppliers must be willing to provide up to 300% of the annual requirement of 40,000 Cases of Salad Oil, Canola and 13,000 Cases of Salad Oil, Soy. Canola oils will be delivered to Rochester, NY. Soy oils will be delivered to Cookeville, TN. 5. A Certificate of Conformance must be provided for all in-bound oils. 6. 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 Agencies to meet the criteria of the AbilityOne Program to package, pack, label, mark, unitize and distribute the products to the U.S. Military and other Federal Customers, thereby creating employment for people who are blind or severely disabled. 7. Commitment to working independently with the Non-profit Agencies to market products to the Government customers under the AbilityOne Program. Preference may be given to manufactures that have a dedicated team for Federal Government Sales and Marketing. 8. Willingness to work with the NISH Non-profit Agencies selected for this Addition and the Committee to ensure that the price to the end-users is a fair and reasonable. Pricing will negotiated on a quarterly basis with DLA Troop Support and will be derived from the New York Board of Trade or appropriate market indicator. 9. Manufacturers' submissions must demonstrate that proposed products meet the various criteria noted. 10. Geographic location: Preference may be given to a Co-Branding Partner that is strategically located in close proximity to the aforementioned cities, as the Non-profit Agencies may be interested in a Cooperative Arrangement with Industry (CAI). A CAI is an arrangement between a Nonprofit Agency and a commercial firm when a Nonprofit Agency utilizes a commercial firm's plant, equipment or personnel in the production of a commodity under the AbilityOne Program. Any cooperative arrangement with a commercial firm must effectively set apart the Nonprofit's activities and operations at the commercial plant/location so as to create clear guidelines for use of leased commercial facilities and services, which are under the Nonprofit's complete control and direction. In this case, the Nonprofit Agency will have leased facilities for the total control of the line to complete one or more of following production tasks for the salad oils: packaging, packing, labeling, marking, unitizing, and/or distributing. The resulting arrangement is captured in a Cooperative Agreement with Industry (developed and approved in compliance with Committee's Operations Memorandum 21-www.abilityone.govPolicy-Plans). 11. Past performance: Manufacturers with past experience in state or federal Government sales of salad oils may be given preference. 12. Manufacturer's proposals shall include their requirements for the nonprofit agency such as quality systems/certifications, inspection of the NPA premises, proprietary information/non-disclosure agreements; defect liability; product recall; etc. Additionally, it is expected that the Non-profit Agencies will be subject to a comprehensive Quality Audit by the selected supplier, to ensure they meet the standards of the Co-Branding Partner. Proposals should outline the requirements of the Quality Audit. Additionally, if there are areas that do not meet the standards of the Co-Branding Partner, it will be the responsibility of the supplier to work with the Non-profit Agency to meet those quality requirements. The deadline for response is December 17, 2010. Responses should be directed to the contact listed in this Notice. The preferred method of submission is via email to Stephanie Blake. Responses, if submitted via email, should be limited to 10MB or less. There is no limit if submitted to the physical street address. Questions should be directed to Stephanie Blake at sblake@nish.org or 571-226-4620.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/JWOD/JWODCOP/COP01/CP-11-17-10-01/listing.html)
 
Place of Performance
Address: 8401 Old Courthouse Road, Vienna, Virginia, 22182, United States
Zip Code: 22182
 
Record
SN02328974-W 20101119/101117234235-378dd682474ea9b2fbe651c18ce108bf (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.