SOURCES SOUGHT
89 -- New Varieties of Performance Readiness Bars
- Notice Date
- 5/1/2020 9:10:41 AM
- Notice Type
- Sources Sought
- NAICS
- 311423
— Dried and Dehydrated Food Manufacturing
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY20SVPRB
- Response Due
- 6/1/2020 9:00:00 AM
- Archive Date
- 06/16/2020
- Point of Contact
- Paul Maguire
- E-Mail Address
-
paul.w.maguire.civ@mail.mil
(paul.w.maguire.civ@mail.mil)
- Description
- SYNOPSIS FOR SOURCES SOUGHT� NEW VARIETIES OF PERFORMANCE READINESS BARS INTRODUCTION The US Army Combat Capabilities Development Command-Soldier Center (CCDC-SC) in Natick, Massachusetts is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources that have the ability to produce and package large quantities (up to 5 million units) of Performance Readiness Bars with appropriate barrier material and capable of being labeled in accordance with all Food and Drug Administration (FDA) laws and regulations for commercially produced food products.� The specific requirements can be found in the �Required Capabilities"" section of this sources sought.� The results of this market research will be used to determine interest by potential industry partners to produce supplement energy bars through utilization of proven bar sheeting/slab forming and/or extrusion technologies. Supplement bars must conform to macronutrient and especially micronutrient requirements outlined in PCR-P-049, PERFORMANCE READINESS BAR, FORTIFIED WITH CALCIUM AND VITAMIN D, which can be found at the following Defense Logistics Agency website: https://www.dla.mil/TroopSupport/Subsistence/OperationalRations/pcracr/. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition.� All small business set-aside categories will be considered.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGHATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND To establish and determine industrial interest in developing their own versions of a Performance Readiness Bar (PRB) and/or producing existing formulations developed by CCDC�s Combat Feeding Directorate that meet inherent PRB requirements. Currently the PRB is available in only one flavor. The PRB is designed to be offered daily to US Army recruits during Initial Entry Training (IET). Increasing PRB varieties will increase the likelihood of consumption, thus optimizing vitamin D status/bone health by decreasing diet monotony during the 10-21 weeks of IET. Through supporting bone health and trainee performance, this effort directly aligns to the Army�s Modernization priority of increasing Soldier lethality by helping to assist with producing a more ready force. REQUIRED CAPABILITIES The Contractor shall, within the specified performance period, demonstrate the ability to produce large scale quantities of new varieties of PRBs that meet macronutrient/micronutrient, shelf stability and packaging requirements. Interested businesses must address ALL of the requirements below and clearly indicate if each requirement could be met. a. General Requirements.� The contractor's primary focus shall be to provide sheeted/slab formed/extruded bars that fulfill the following requirements: The contractor must be able to develop their own PRB or show the capability to co-pack existing formulations: Chocolate and other flavors (in process). The bars shall be 65 grams/serving and shall be not less than 4-1/4 inches and not greater than 5-1/4 inches in length by not less than 1-1/2 inches and not greater than 2 inches in width. The bars shall meet the following macronutrient requirements: Protein: 8-12g, CHO: 35-43g, 0g Trans Fat, kCal: 200-250 The bars shall meet the following micronutrient requirements: Vitamin D3: 1400-2000 IU, Calcium 850-1100mg. The water activity (aw) shall be not greater than 0.60 when measured at 77�F (25�C). The shelf life of the bars shall be 12 months at 80 degrees Fahrenheit. ����������� b. Specific Requirements:� The interested contractors shall: Have manufacturing competencies to produce PRB�s with�Supplements Facts label in compliance with Dietary Supplement Health and Education Act (DSHEA) and all applicable FDA regulations.� ELIGIBILITY The applicable NAICS codes for this requirement are 311999 All Other Miscellaneous Food Manufacturing and�311423 Dried and Dehydrated Food Manufacturing.� The SIC code 8970, Composite Food Packages. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the services listed in the Required Capabilities section.� Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Paul Maguire, in either Microsoft Word or Portable Document Format (PDF), via email to paul.w.maguire.civ@mail.mil no later than 12:00 p.m. (EST) on 1 June 2020 and reference this synopsis number in the subject line of e-mail and on all enclosed documents.� Information and materials submitted in response to this request WILL NOT be returned.� DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential to provide the required supplement bars, please provide the following information: Organization name, Address, Primary Points of Contact (POCs) email, FAX#, Website Address, Telephone Number, and Type of Ownership for the Organization. Tailored Capability Statements Addressing the Requirements of the notice, with appropriate documentation supporting claims of organizational and staff capability.� If significant subcontracting or teaming is anticipated in order to deliver technical capabilities, provide an estimate of anticipated subcontractor efforts. �Name of company and point of contact, telephone number, address and email of POC, business size (i.e. large business, small business, SBA certified HUBZone Business, Economically Disadvantaged Small Business, Woman-Owned Business, Service-Disabled Veteran-Owned Small Business) and proposed NAICS code if different than 311423 and 311999. � All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside of the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/666e9cce5fb7494181e32f21315b8d08/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05643438-F 20200503/200501230145 (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 |