SOURCES SOUGHT
79 -- Sources Sought for Co-Brand Agreement for Canister Wipes
- Notice Date
- 12/7/2017
- Notice Type
- Sources Sought
- NAICS
- 322291
— Sanitary Paper Product 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-12-07-17-01
- Archive Date
- 1/20/2018
- Point of Contact
- Amanda Alderson, Phone: 703-310-0347
- E-Mail Address
-
aalderson@nib.org
(aalderson@nib.org)
- Small Business Set-Aside
- N/A
- Description
- On behalf of the AbilityOne Program, NIB, a designated central nonprofit agency, is pursuing a potential co-brand partnership with a U.S. commercial manufacturer to help further expand the product offering of SKILCRAFT pre-moistened disposable wipes currently offered under the AbilityOne Program. The line of SKILCRAFT pre-moistened disposable wipes currently offered under AbilityOne includes the following items: NSNProduct Name 7930-01-454-1159Towelettes, Cleaning, White Board 7930-01-454-1138Towelette, Computer Screen 7930-01-454-1139Towelette, Phone, Sanitary 8520-01-454-1144Towelette, Heavy Duty, Hand Cleaner For more info on these items, visit www.abilityonecatalog.com and search by NSN. The intent is to expand the AbilityOne product offering beyond the four items listed above. If successful, the result will be a co-brand agreement between the manufacturer and its registered brand, the SKILCRAFT brand, and the AbilityOne Program. The expectation is that the co-branded products will be added to the AbilityOne Procurement List (PL), expanding the AbilityOne product offering, and ultimately creating more jobs for people who are blind. At a minimum, the following criteria for the products and the chosen manufacturer must be met. The chosen manufacturer must: 1.Be in possession of a nationally known brand name that can be demonstrated to have significant appeal through evidence of substantial sales. 2.Have a strong portfolio of wipes offered commercially for various targeted uses such as surface wipes, skin wipes, and multi-purpose wipes. 3.Describe the extent of the blind labor that can be instilled into the manufacturing process. Blind labor must include more than the labeling and packaging of canister wipes. 4.Demonstrate how it can help the NIB nonprofit agency (NPA) expand its facility for production of the new item while keeping expansion costs to the NPA at a minimum. 5.Be willing to set a high priority for delivering bulk materials to the non-profit agency to assure the agency of on-time deliveries to the federal government customer(s). 6.Be willing 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 through increased blind labor. 7.Demonstrate a 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. 8.Be willing to work with the NPA, NIB, and the AbilityOne Commission to ensure that the price to the end-users is a fair and reasonable price. The product offered by the chosen manufacturer must: 1.Meet and/or exceed FAR and other Federal Government published standards, Executive Orders and Federal Agency requirements. 2.Meet industry performance specifications and standards for construction, performance, sustainability and reliability. 3.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. Manufacturers' submissions must demonstrate that that the manufacturer and its proposed product meets the various criteria, as well as indicate what functions the NPA's employees would perform. The deadline for response is January 19, 2018. Responses should be directed to the contact listed in this Notice. Questions should be directed to Amanda Alderson at 703-310-0347.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/JWOD/JWODCOP/COP01/CP-12-07-17-01/listing.html)
- Place of Performance
- Address: 1310 Braddock Place, Alexandria, Virginia, 22314, United States
- Zip Code: 22314
- Zip Code: 22314
- Record
- SN04760904-W 20171209/171207231716-cbeea30f8b29f1e3bd4d8a1b5b4f4c6d (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 |