SOURCES SOUGHT
51 -- Sources Sought for One or More Co-Brand Partners for Premium-Grade Hand Tools
- Notice Date
- 11/27/2012
- Notice Type
- Sources Sought
- NAICS
- 332216
— Saw Blade and Handtool 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-11-27-12-01
- Archive Date
- 12/29/2012
- Point of Contact
- Damayra Duporte, Phone: 703-310-0522
- E-Mail Address
-
dduporte@nib.org
(dduporte@nib.org)
- Small Business Set-Aside
- N/A
- Description
- On behalf of the Committee for Purchase from People Who are Blind or Severely Disabled, 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 one or more U.S. commercial manufacturers of premium-grade hand tools for the purpose of providing employment for people who are blind or severely disabled by furnishing such products to the federal government under the AbilityOne Program. If successful, the result will be a co-brand agreement between the manufacturer(s) and the AbilityOne Program, and its registered brands. The ultimate expectation is that the co-branded product(s) will be placed on the AbilityOne Procurement List (PL). At minimum, the following product requirements must be met: 1.A full line of premium-grade hand tools that includes, but is not limited to the following categories and their respective accessories: a.Screwdrivers The screwdriver blades must provide vapor blasted tips for durability and grip, a chrome finish for corrosion resistance and a hex bolster that can be used for torque. The screwdriver handle must provide comfort and control, a rounded neck for smooth spinning control, a grease-resistant grip and flat sides to prevent rolling. Blades must be able to press (fit) into handles and must provide good retention when inserted. Blades and handles will be assembled by blind labor as part of the Ability One program. Handles must be provided free of wording, artwork, decals or logos and must be able to laser-engrave or hot-stamp the material. b.Sockets Sockets should be made from Chrome Molybdenum steel for strength and durability. Socket must have a highly polished chrome nickel finish for chip resistance and corrosion protection A lobular opening for improved turning power preferred b1. Other Accessories as Relate to Sockets Other Accessories including, but not limited to, speed handles, T-handles, universal joints, and extensions shall conform to the same quality specs regarding steel and chrome plating as to maintain a consistent level of toolline quality. c.Wrenches Wrenches should be made from chrome boron steel for strength and durability The box end should be designed to allow application of higher torque without rounding or deforming the fastener points. The open end should be specifically designed that direct force away from the fastener points. d.Pliers Pliers must have a polished head to prevent rust and corrosion and heat treated jaws The gripping jaws should be diamond serrated with hardened cutting edges Handles should be double layered plastic to provide comfort and durability 2.To the maximum extent possible, each product should conform to the following requirements: a.Made in USA (100% BERRY compliant), or Trade Agreements Act (TAA) Compliant alternatives available b. Meet or exceed the quality standard of the GSA Standardization and Control of Industrial Quality Tools (SCIT) c.For superior strength and durability steel must be ≥ 52Rc hardness 3.Meet and/or exceed the FAR and other published Federal standards, including Executive Orders, applicable agency-unique requirements and applicable ASME and Aerospace standards ASME B107.6 & AS954 respectively. To be considered for the partner opportunity, the following criteria at a minimum must be met by the commercial manufacturer: 1.Possession of a nationally-known brand name that can be demonstrated to have significant appeal through evidence of substantial sales and market share. 2.Ability to offer a full line hand tools in premium grade quality. 3.Chosen partner will assist or provide guidance to develop and address a product warranty program with AbilityOne. 4.Manufacturer's response must include general product information for each of the hand tool types offered. 5.Willingness to enter into a multi-year agreement, which includes on-going technical and production assistance to the selected nonprofit agency to meet the expected product quality levels through the production process by delivering the hand tools in components, and/or bulk form and instructing the nonprofit agency in proper techniques to complete the manufacturing and subsequent packaging of the products, thereby creating employment for people who are blind. The chosen commercial manufacturer must be willing to set a high priority for delivering the materials to the nonprofit agency in order to assure the agency of on-time deliveries to the end-use customers. 6.Commitment to working cooperatively with AbilityOne personnel to market the products to government customers under the AbilityOne Program and provide sales support through a national sales team 7.Willingness to work with the selected nonprofit agency, NIB and the US AbilityOne Commission to ensure that the products' price to end-users is a fair and reasonable price. 8.All products making certain claims must be manufactured and appropriately tested, certified according to standard industry practices. Upon request, results and proof of certification(s) MUST be provided within 5 business days. 9.Manufacturer's submission must demonstrate that the specific products meet the various criteria, as well as indicate what functions the nonprofit agency's employees would perform. Submission should recommend ways to maximize the employment for people who are blind or severely disabled in the fulfillment of the products. The deadline for response is December 28, 2012. The WRITTEN, ELECTRONIC, response should be directed to the contact listed in this Notice. Questions should be directed, in writing, to Damayra Duporte Perez at dduporte@nib.org NOTE: The e-mail's subject line should begin with ‘Question: Sources Sought CP-11-27-12-01 Hand Tools
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/JWOD/JWODCOP/COP01/CP-11-27-12-01/listing.html)
- Place of Performance
- Address: 1310 Braddock Place, Alexandria, Virginia, 22314, United States
- Zip Code: 22314
- Zip Code: 22314
- Record
- SN02937510-W 20121129/121127234256-7eac942c076efa1177b1898cd8fa1987 (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 |