SPECIAL NOTICE
79 -- Sources Sought for a Co-Brand Agreement for Calcium, Lime and Rust Remover Manufacturer
- Notice Date
- 7/8/2013
- Notice Type
- Special Notice
- NAICS
- 325612
— Polish and Other Sanitation Good 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-07-08-13-01
- Archive Date
- 8/10/2013
- Point of Contact
- Michelle Grant, Phone: 703-310-0321
- E-Mail Address
-
mgrant@nib.org
(mgrant@nib.org)
- Small Business Set-Aside
- N/A
- Description
- On behalf of the 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 Calcium, Lime and Rust Removers 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 and the AbilityOne Program, and its registered brands. The ultimate expectation is that the co-branded product will be placed on the AbilityOne Procurement List (PL). At minimum, the following product requirements must be met: 1. Removes calcium, lime and rust quickly and easily. 2. Be fast acting with no rubbing or scrubbing. 3. Be septic safe. 4. Contain no phosphates. 5. Be non-toxic 6. Be capable of receiving one or more of the following environmental certifications: Green Seal, Ecologo or Design for the Environment (DfE) 7. Where designated by USDA, meet the minimum biobased content % as identified by the USDA BioPreferred Program. 8. Clean tubs, toilet bowls, sinks, glass, chrome, fiberglass, stainless steel, coffee makers, humidifiers, dishwashers, washing machines, shower heads, etc. 9. Meet and/or exceed the FAR and other published Federal standards, including Executive Orders and applicable agency-unique requirements. 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. Manufacturer's response must include the material safety data sheets (MSDS) and general product information and applicable biobased test results showing compliance to USDA Bioppreferred Program. 3. Willingness to enter into a multi-year agreement, which includes on-going technical and production assistance while enabling the selected nonprofit agency to meet the suitability criteria of the AbilityOne Program in the production process by delivering the to the nonprofit agency's facility in the 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 or severely disabled. 4. 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. 5. Commitment to working cooperatively with AbilityOne personnel to market the products to government customers under the AbilityOne Program. 6. Willingness to work with the selected nonprofit agency, NIB and the Committee to ensure that the products' price to end-users is a fair and reasonable price. 7. All products must be manufactured and lab tested, certified and customer tested to be effective according to their purpose. Test results and proof of certification MUST be provided WITH solicitation response. 8. 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 (30 days from date of publication) The WRITTEN, ELECTRONIC, response should be directed to the contact listed in this Notice. Responses should address each of the product and manufacturer criteria specified above. Questions should be directed, in writing, to Michelle Grant at mgrant@nib.org. NOTE: The e-mail's subject line should begin with ‘Question: Sources Sought CP-07-08-13-01 Product Name/Category'
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/JWOD/JWODCOP/COP01/CP-07-08-13-01/listing.html)
- Place of Performance
- Address: 1310 Braddock Place, Alexandria, Virginia, 22314, United States
- Zip Code: 22314
- Zip Code: 22314
- Record
- SN03109968-W 20130710/130708234650-530ae35957dfe97d73defffb0e983986 (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 |