SOURCES SOUGHT
84 -- Sources Sought for Co-Brand Agreement for Water Transportation System Backpack
- Notice Date
- 3/5/2010
- Notice Type
- Sources Sought
- NAICS
- 339999
— All Other Miscellaneous 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-03-05-10-03
- Archive Date
- 4/20/2010
- 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 water Transportation System Backpacks 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 Water Transportation System Backpack 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. The design of the Water Transportation System shall consider ruggedness, ease- of use and safety as the main criteria. •3. The end product should consist of a separate insulated carrier and a reservoir capable of carrying up to 25L of water with multiple fill and exit ports. •4. The carrier should be made of 1000D nylon cordura with a polyurethane backing. •5. Color shall be Foliage or Coyote. •6. Nylon webbing and trims shall be of a matching color. •7. The carrier shall be constructed to have the ability to be carried on individuals back via an independent suspension harness system. •8. Independent Suspension System shall be adjustable and detachable. •9. The carrier shall have the ability to be quickly attached and hung from stationary and mobile objects. •10. The 25L Water Transportation System shall provide a fill handle that keeps carrier in an upright position during filling •11. The carrier shall provide access to the reservoir so that the reservoir can be fully removed if necessary. •12. The carrier shall have multiple openings to accommodate the corresponding reservoir. •13. The fill port shall have an integrated handle that shall allow end users to fill and clean the reservoir without having to remove from the carrier. •14. The fill cap will be tethered directly to the handle to minimize possible loss. •15. The reservoir will have multiple exit ports that can be attached directly to the users personal hydration system drink interface via a HydraLink connection system. •16. The reservoir must be made from a rugged polyurethane material with high tensile strength and burst resistant seams, •17. The minimum tensile strength of the film should be 75N at 100% elongation ( ASTM D882-02) while the minimum puncture force of 100N when tested to ASTM F1306-90. •18. Reservoir Film shall meet the requirements of water/ drink containers and have independent approvals that meet US FDA requirements. •19. Manufacturers' submissions must demonstrate that proposed products meet the various criteria, as well as indicate what functions the nonprofit agency's employees would perform. •20. This product must meet industry performance specifications and standards for construction, performance, sustainability and reliability. •21. 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 the federal government customer(s). •22. 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. •23. 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. •24. 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. •25. 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. The deadline for response is 4/5/2010 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-03-05-10-03/listing.html)
- Place of Performance
- Address: 1310 Braddock Place, Alexandria, Virginia, 22314, United States
- Zip Code: 22314
- Zip Code: 22314
- Record
- SN02084588-W 20100307/100305235748-834731d5960e73747a239f313d4166cb (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 |