SOURCES SOUGHT
79 -- Sources Sought for Co-Brand Agreement for Floor Stripper, Floor Finish Remover, and Floor Finishes
- Notice Date
- 1/5/2026 10:56:43 AM
- Notice Type
- Sources Sought
- NAICS
- 325611
— Soap and Other Detergent Manufacturing
- Contracting Office
- U.S. ABILITYONE COMMISSION ARLINGTON VA 22202 USA
- ZIP Code
- 22202
- Solicitation Number
- CP-01-05-26-01
- Response Due
- 2/6/2026 2:00:00 PM
- Archive Date
- 02/07/2026
- Point of Contact
- Richard Hill, Phone: 703-310-0370
- E-Mail Address
-
rhill@nib.org
(rhill@nib.org)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- On behalf of the U.S. AbilityOne Commission (Commission) 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 Stripper, Floor Finish Remover, and Floor Finishes for the purpose of providing employment for people who are blind or severely disabled. If successful, the result will be the addition of the product(s) to the AbilityOne Procurement List (PL) under a co-brand agreement between the manufacturer and the AbilityOne Program, and its registered brands. The Floor Stripper, Floor Finish Remover, and Floor Finishes 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: PRODUCTS 1. Must Conform to the Following Product Assortment: A. Floor Stripper B. Floor Finish Removers C. Floor Finishes 2. Product Specific Details and Requirements Floor Stripper High-Strength Emulsifying Stripper Must provide rapid removal of heavy buildup, including burnished and dry-bright finishes, with a 3�5-minute dwell time. Must be dilutable to 12 oz/gal (1:10). Must contain at least 40% actives. Must be compatible with hot or cold water. Should include a fresh fragrance. Low-Odor, Low-Foam Stripper Must be a non-fragranced, low-odor, low-foaming formula suitable for use with vacuum recovery equipment. Must contain approximately 35% actives. Must be dilutable to 12 oz/gal (1:10). Must have a fast 3�5-minute dwell time. Must be formulated for use with hot or cold water. Floor Finish Removers Fast-Acting Floor Finish Remover Must be a water-based compound formulated for quick and efficient removal of traditional floor finishes. Must achieve results in a single application where typical products require two or more applications. Must deliver measurable labor savings in stripping processes. Floor Finishes High-Solids Floor Finish (approx. 25% non-volatile solids) Must use advanced polymer technology to provide superior gloss and clarity. Polymer blend must incorporate durable raw materials for resistance to scuffs, water spots, and black heel marks. Must be UL Classified under UL-410 for slip resistance. Must be a dry-bright, low-maintenance finish. Must achieve a Gardner gloss rating of 93 with only two coats. Must be compatible with all hard floor surfaces designed to receive a seal or finish. Must function as a combined sealer and finish in a single product. Must withstand a minimum of 3 freeze-thaw cycles. When properly maintained, must allow extended periods between strip-outs. Mid-Solids Floor Finish (approx. 18% non-volatile solids) Must use optically enhanced polymer technology to enhance gloss and clarity. Lower solids content must improve leveling and be suitable for both professional and novice users. Polymer blend must provide strong resistance to scuff marks, water spots, and black heel marks. Must be UL Classified under UL-410. Must be a dry-bright, low-maintenance finish. Must achieve a Gardner gloss rating of 93 with two coats. Must be appropriate for all hard floor surfaces that require sealing or finishing. Must serve as a sealer and finish in one. Must withstand a minimum of 3 freeze-thaw cycles. In Addition, All Products Must: Meet and/or exceed FAR and other Federal Government published standards, Executive Orders, and Federal Agency requirements. The product must meet industry performance specifications and standards for construction, performance, sustainability, and reliability. 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. Meet industry performance specifications and standards for construction, performance, sustainability, and reliability. Meet and/or exceed FAR and other Federal Government published standards, Executive Orders, and Federal Agency requirements. Sustainable Product Requirements Must be USDA BioPreferred� certified where applicable. Where applicable, must be certified to one of the following ecolabels in order to ensure they do not contain intentionally added per- and polyfluoroalkyl substances (PFAS): a. EPA Safer Choice b. Green Seal� GS-37 c. Green Seal� GS-41 d. Green Seal� GS-53 MANUFACTURER Must possess a nationally or industry-known brand name that can demonstrate significant appeal through evidence of substantial sales. Demonstrate how it will assist the Commission�s designated nonprofit agency (NPA) to expand its line of Floor Finish Removers, Floor Finish and Floor Finish, thus increasing blind work hours, while keeping expansion costs to the NPA at a minimum. Willing to deliver bulk materials to the non-profit agency to assure the agency of on-time deliveries to federal government customers. Willing to enter into a multi-year agreement to include: On-going technical and production assistance. The necessary factory trained technical field support. 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. Demonstrate a commitment to working with the AbilityOne Program to market the product(s) solicited herein to Government customers. Preference is given to manufacturers who have a dedicated team for Federal Government sales and marketing. Be willing to work with the NPA, NIB, and AbilityOne to ensure that the price to the end-users is a fair and reasonable price. Manufacturers� submissions must demonstrate that proposed products meet the criteria listed above, as well as indicate what functions the nonprofit agency�s employees would perform. The deadline for response is 2/6/2026. The written, electronic responses should be directed to the contact listed in this Notice. Questions should be directed by email to rhill@nib.org. The subject line should begin with �Question: Sources Sought CP-01-05-26-01Floor Stripper, Floor Finish Remover and Floor Finish Information regarding the Commission can be found at www.abilityone.gov. Specific information regarding co-brand agreements can be found by navigating the top left corner of the website. Mouse over Laws, Regulations, and Policy and select Policy Memoranda. Select Operation Memoranda, then select Memorandum Number 22.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b14d0244c51d4addb515cabb28173884/view)
- Place of Performance
- Address: DC 20024, USA
- Zip Code: 20024
- Country: USA
- Zip Code: 20024
- Record
- SN07677826-F 20260107/260105230031 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |