Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2013 FBO #4087
SOURCES SOUGHT

81 -- Pouches for Military Meals Ready to Eat (MRE)

Notice Date
1/30/2013
 
Notice Type
Sources Sought
 
NAICS
326111 — Plastics Bag and Pouch Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY0010290056
 
Response Due
2/14/2013
 
Archive Date
3/31/2013
 
Point of Contact
Laura Arscott, 508-233-6191
 
E-Mail Address
ACC-APG - Natick (SPS)
(laura.e.arscott.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought is being published for market research purposes only. The U.S.Army Natick Soldier Systems Center Combat Feeding Directorate has a requirement to procure High Barrier Food Pouches. The U.S. Army is seeking to identify potential small business sources capable of providing 5000 High Barrier Food Pouches with the following specifications: 1.Maximum oxygen transmission rate through packaging film: 0.02 cc/100in -day-atm (0.310 cc/m -day-atm) (Tested at 50%RH and 73.4oF) 2.Maximum water vapor transmission rate through packaging film: 0.05 cc/100in -day-atm (0.775 gm/m -day-atm ) (Tested at 100%RH and at 100 F) 3.Packaging must be able to survive retort processing conditions of 250 F for 30 minutes 4.Packaging must be capable of sterilization through irradiation at conditions of 42-50 kiloGray 5.Packaging must be sealable using thermal or impulse sealing equipment once the food items have been placed in the pouches 6.Overall thickness of the packaging film must not exceed 6.0-mil (150-micron) 7.Packaging must be able to survive pressure assisted thermal sterilization (PATS) with conditions of 6000 bar for 180 seconds, submerged in water at temperature of 41 F 8.Packaging must be able to survive microwave assisted thermal sterilization (MATS) processing conditions of 259 F, 7.6 kW and 34 psig 9.In order to satisfy the NASA approved requirements for this project, the pouch material must utilize an aluminum oxide coating to achieve the desired barrier properties. 10.Outer Pouch Width - 4 inches (+/- 1/16th inch) 11.Inner Pouch Width - 8 1/8th inches (+1/8th, -1/16th) 12.Pouch Seal Width - 3/8th inch 13.Pouch must have rounded corners 14.Film thickness must not exceed 6 millimeters 15.Three Sided Seals 16.Tear Notch Required - 1 inches from unsealed edge This is only a Sources Sought Synopsis and is not a Request for Quote (RFQ). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. The Government is contemplating North American Industry Classification Systems (NAICS) Code 326111 Plastic Bag and Pouch Manufacturing for this requirement. The size standard is 500 Employees. Comments on this NAICS and suggestions for alternatives must include supporting rationale. Respondents shall indicate in their responses whether they qualify under NAICS Code 326111 with a size standard of 500 Employees as a small business. No decision has yet been made regarding the type of small business set aside for this acquisition. The Government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business, and large business. The Government contemplates a Firm Fixed Price contract. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Information to be provided to the Government to use in determining whether this procurement should be 100% set aside for small business concerns shall include the following: (1) What qualifications/capabilities do you have to execute the required work? (2) What experience/capabilities do you have to execute the required work? (3) If this project were set-aside for small business, would you submit a proposal? (4) Is your firm a certified HUBZONE firm or a certified 8(a) firm? (5) Could your firm turn an order of this size around for delivery in 30 days? Again, any information submitted by the respondents to this source sought synopsis is strictly voluntary. The company's standard format is acceptable; however, the limit for all responses is not to exceed twenty (20) single-sided, 12 font size, 8 x 11-inch pages. The submitted information shall be UNCLASSIFIED. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All questions and/or inquiries are submitted in writing by E-Mail to the Contract Specialist, Laura Arscott. The E-mail address for Laura Arscott is laura.e.arscott.civ@mail.mil less than mailto:laura.e.arscott.civ@mail.mil greater than. The closing date of this notice is no later than 4:30pm EST on 14 February 2013. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b97c5e11f036811e15c3fa6c4680c85e)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02976232-W 20130201/130130234747-b97c5e11f036811e15c3fa6c4680c85e (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 |
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.