Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2023 SAM #7760
SOURCES SOUGHT

89 -- Ultrasonic Compression of Food Bars

Notice Date
2/23/2023 4:51:27 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
W911QY-23-R-SNBS
 
Response Due
3/10/2023 9:00:00 AM
 
Point of Contact
Julie Edwards, Brandon Rivett
 
E-Mail Address
julie.a.edwards34.civ@mail.mil, brandon.j.rivett.civ@army.mil
(julie.a.edwards34.civ@mail.mil, brandon.j.rivett.civ@army.mil)
 
Description
ULTRASONIC COMPRESSION OF FOOD BARS INTRODUCTION The US Army Combat Capabilities Development Command Soldier Center 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 ultrasonically compress food ingredients into a bar and subsequently vacuum package them into a high barrier pouch.� 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 potential industrial base partners to conduct producibility testing of prototype food components using ultrasonic compression.� 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 evaluate and transition technology advances that support the production of nutrient dense, portable components intended to support small units, for up to seven days, across a spectrum of future operating environments in a complex and ambiguous battle space to increase readiness, sustainability, and lethality. REQUIRED CAPABILITIES The Contractor shall, within the year�s performance period, demonstrate large scale producibility of individual serving ultrasonically compressed food bars in vacuum packages. Interested businesses must address ALL of the specific requirements below and clearly indicate if each requirement could be met. Requirements:� a. General Requirements.� The contractor's primary focus shall be to provide ultrasonically compressed food bars that fulfill the following requirements: (1) The bars shall be the following flavors and compositions:� Sweet bar (either S�mores, Cookies and Cream, or Coconut Key Lime) and a Savory meal replacement bar (either Chicken and Quinoa, Beef and Potatoes, or Cheddar Cheese Cracker). (2) The bars shall be physically densified through the assistance of ultrasonic energy injection during compression.� Physical density must be at least 0.8 g/cc. (3) The bars shall contain sufficient lipid content to achieve a caloric density of at least 5.0 Kcal/g. ��������������� (4) The bars shall have a protein content of at least 10% of caloric total. (5) The bars shall be low-water activity (<0.30) in order to achieve shelf stability for 6 months at 100�F. (6) The bars shall be sufficiently cohesive so as to withstand handling and packaging, but will have a yielding texture to ensure sensory acceptance. (7) The bars shall be a minimum of 45 grams. ��������������� b.� Specific Requirements:� The contractor shall: (1) Provide prototype samples of each bar prior to scheduling a production prove out test (PPT) to ensure product meets desired attributes. (2) Allow DEVCOM SC representative to be onsite during the large scale PPT. (3) Conduct one large scale producibility test of a sweet bar and a savory meal replacement bar.� Large scale PPT shall be as close to full production as possible to identify potential production concerns.� A minimum of 500 individual pouches of each bar shall be delivered to DEVCOM SC. �Samples shall be delivered within four weeks of PPT. (4) All Contractor�s internal inspection records to include analytical data, product weights, inspection records and microbiological analysis shall be shared with DEVCOM SC. (5) All samples shall be vacuum sealed within high barrier pouches to at least 30 torr pressure. (6) All samples shall be produced according to Good Manufacturing Practices (i.e., product shall be free from foreign objects and microbial contamination). ��������������� ELIGIBILITY The applicable NAICS codes for this requirement are 311423 Dried and Dehydrated Food Manufacturing.� The Product Service Code (PSC) is 8940. 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 Julie Edwards, in either Microsoft Word or Portable Document Format (PDF), via email julie.a.edwards34.civ@mail.mil no later than 12:00 p.m (EST) on 10 March 2023 and reference this synopsis number in the subject line of the 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 services, 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. 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://sam.gov/opp/a6b605630b4448fcaaad89f43f220259/view)
 
Record
SN06600534-F 20230225/230224211929 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.