SOURCES SOUGHT
62 -- Sources Sought for Co-Brand Agreement for LED Emergency Flares and Kits
- Notice Date
- 3/4/2011
- Notice Type
- Sources Sought
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation 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-03-04-11-02
- Archive Date
- 4/19/2011
- 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 (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 LED Emergency Flares and kits 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 LED Emergency Flares 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 recognized brand name in the market space. 2. Product Specific Criteria LED Emergency Flares, at a minimum must • Provide day (>2,800 ft visibility) and night (>2 miles) visibility • Be waterproof, non-toxic and spark proof • Offer both rechargeable and battery operated solutions • Rechargeable units provide up to 20 hours continuous charge between charges • Provide omni-directional, 360 degree sight lines • Offer programmable integrated circuit for many flash patterns, including fire flicker resembling traditional road flares • Ability to change LED colors within the same flare. • Comply with DOT, MUTCD, and FMCSA. • Contain no harmful chemicals • Given use in extreme locations, operational and storage temperatures of -50F to +248F • LED housing covers should be hermetically sealed and made of reflective housing colors Yellow/Red • A flare with sunshields/Handles to block the suns LED washing affect. • An ac/dc recharge flare that recharges within its own form fitted case, and has separate replaceable power pack type battery. • Treadlocking plastic bottom edges to limit movement on the ground. 3. 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). 4. 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. 5. 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. 6. 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. 7. 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. 8. Manufacturers' submissions must demonstrate that proposed products meet the various criteria, as well as indicate what functions the nonprofit agency's employees would perform. The deadline for response is (30 days from date of publication) Responses should be directed to the contact listed in this Notice. Questions should be directed to Damayra Duporte at 703-310-0522.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/JWOD/JWODCOP/COP01/CP-03-04-11-02/listing.html)
- Place of Performance
- Address: 1310 Braddock Place, Alexandria, Virginia, 22314, United States
- Zip Code: 22314
- Zip Code: 22314
- Record
- SN02393708-W 20110306/110304234315-4b381984527431414621cdee932a1e25 (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 |