The RFP Database
New business relationships start here

COMPRESSION OF FOOD BARS


Massachusetts, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SYNOPSIS NUMBER FOR SOURCES SOUGHT: W56YHX-19-R-CFD4
COMPRESSION OF FOOD BARS
INTRODUCTION
The Combat Capabilities Development Command (CCDC) - 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 manually or hydraulically compress food ingredients into a bar and subsequently package them into a 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 compression technologies. 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, manually or hydraulically compressed food bars.
Interested businesses must address ALL of the specific requirements below and clearly indicate if each requirement could be met.
a. General Requirements. The contractor's primary focus shall be to provide manually or hydraulically compressed food bars that fulfill the following requirements:
(1) The bars shall include at least one variety of cheese bar and one variety of egg bar. The varieties must include one of the following flavors: cheese bar (Monterey, cheddar or pepper jack) and egg bar (egg/sausage/cheese, egg/ham/cheese or egg/bacon/cheese).
(2) The bars shall be physically compressed through the assistance of manual or hydraulic compression and subsequently packaged in a pouch. Physical density must be at least 0.8 g/cc.
(3) The bars shall be low-water activity (<0.78) and low moisture (<0.30) in order to achieve shelf stability for 6 months at 100°F.
(4) The bars will be cohesive so as to withstand packaging and handling, but will have a sufficiently yielding texture to ensure sensory acceptance.
b. Specific Requirements: The contractor shall:
(1) Provide prototype samples of each bar variety prior to scheduling a producibility test to ensure product meets desired attributes.
(2) Allow CCDC representative(s) to be onsite during large scale producibility tests.
(3) Have the capability of producing 150,000 bars per month.
(4) Conduct one large scale producibility test of one cheese bar variety and one egg bar variety. Large scale producibility shall be as close to full production as possible to identify potential production concerns. A minimum of 500 individual packages of each cheese bar and egg bar shall be delivered to CCDC. Samples shall be delivered within four weeks of conducting the producibility tests.
(5) All contractor's internal inspection records to include analytical data, product weights, inspection records and microbiological analysis, shall be shared with CCDC.
(6) All samples shall be individually packaged.
(7) All samples shall be produced according to Good Manufacturing Practices (i.e., product shall be free from foreign objects and microbial contamination).
(8) Samples shall be produced in a United States Department of Agriculture (USDA) approved facility.
ELIGIBILITY
The applicable NAICS codes for this requirement are 311423 Dried and Dehydrated Food Manufacturing and 541712 Research and Development in Biotechnology (except Nanobiotechnology). 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 Smith, in either Microsoft Word or Portable Document Format (PDF), via email julie.e.smith30.civ@mail.mil no later than 12:00 p.m. (EST) on April 21, 2019 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 services, please provide the following information:
1) Organization name, Address, Primary Points of Contact (POCs) email, FAX#, Website Address, Telephone Number, and Type of Ownership for the Organization.
2) 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.
3) 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 541712.

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.


 


Julie Smith, Ms. , Email julie.e.smith30.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP