Skip to main content

An official website of the United States government

You have 2 new alerts

Pouch Converters Capable of Fabricating, Filling, Processing (via commercial sterilization) Group Sized Serving Pouches

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jan 24, 2025 11:50 am EST
  • Original Response Date: Feb 07, 2025 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 22, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: AC13 - NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT
  • NAICS Code:
    • 311422 - Specialty Canning
  • Place of Performance:
    Natick , MA
    USA

Description

SYNOPSIS: This Sources Sought Announcement is to assist the US Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) in identifying industrial sources and capabilities to fabricate, fill and process (via commercial sterilization) a Group Serving Pouch (GSP), which will be included in the U.S. military’s Group Ration Platform. 

The Government requests that responses be submitted electronically to Jean.m.trumpis.civ@army.mil and Danielle.l.froio-blumsack.civ@army.mil by February 7, 2025 5 PM EST.

Description: DEVCOM-SC is conducting a Request for Information (RFI) on industrial sources and relevant capabilities pertaining to pouch fabrication, filling and processing of vegetable-based food components for use in Group Rations. 

Specific Specifications:  
    •    Capability to fabricate (or procure) GSPs, fill with vegetable and brine mixture, and commercially sterilize.
    •    Volumetric size of the GSP shall be between 24 to 144 ounces. 
    •    Targeted shelf life of the pouch is 3 years at 80F
    •    Residual gas volume in the filled and sealed GSP shall not exceed 250 cc. 
    •    The material used for the pouch shall be generally recognized as safe (GRAS) for use with food in accordance with 21 CFR, Parts 170-199 or other standards and regulations.
    •    The closure seal width shall be a minimum 1/8 inch for conventional heat seals or a minimum 1.0 mm for ultrasonic seals.
    •    The pouches shall be filled and hermetically sealed such that after thermal processing, the pouches shall withstand an internal pressure of 10 psig for 30 seconds, while the pouch is held between plates with a 2-inch distance between them.
    •    Pouches must pass a distribution testing sequence, which consists of drop and vibration testing

Deliverables: 
All documentation submitted shall be submitted as MS Word, Adobe PDF, MS PowerPoint, Visio, or MS Excel files.

1.    Respondents: The White Paper should be written in respondent format, double spaced, and minimum font size of 10 pt.  Paper should not exceed 12 pages, including cover. 

    a.    This paper should cover company information (company name, CAGE code, mailing address, and primary point of contact information (to include telephone number and email address).
    b.    The paper should cover the 5 Ws, as applicable. (e.g., What, Where, When, Why and Who.   Example focus areas:
        i.    Please discuss any/all relevant current products and services that currently meet or will be able to meet the enclosed requirements
        ii.    Vendors are encouraged to propose alternative products that may be able to meet or exceed the requirements. 
        iii.    As applicable, please discuss how your product(s) was implemented within industry/Government.
    c.    Please discuss, as applicable, proposed hardware used as part of the solution.
    d.    For Foreign companies:  Discuss how the proposer will be able to work with the US Government in the future (i.e, US subsidiary or partner) if required
    e.    Additional documentation accepted (and not included in the page count for the White Paper) includes, but is not limited to, the following: PowerPoint presentations, Training documentation, product specification sheets, user handbook/guides, pictures, link to demonstrations, test data, etc.  

2.    Test, Certification and Accreditation (C&A) Documentation:
Vendors are requested to provide any supporting documentation illustrating safety certification, government approval, test data, etc.  

3.    Cost.

Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY

This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned.

Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website.  It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject.

RESPONSES:
Interested parties may identify their interest and capability by sending responses regarding this requirement to DEVCOM-SC via e-mail ONLY to Jean.m.trumpis.civ@army.mil and Danielle.l.froio-blumsack.civ@army.mil no later than February 7, 2025 by 5 PM EST.  The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. 

Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number.

QUESTIONS:
Any questions for clarification may be emailed to Jean.m.trumpis.civ@army.mil and Danielle.l.froio-blumsack.civ@army.mil no later than February 4, 2025 by 5 PM EST.  Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information.  An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.

Contact Information

Contracting Office Address

  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA

Primary Point of Contact

Secondary Point of Contact

History