Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2026 SAM #8819
SOURCES SOUGHT

A -- Nutrient Analysis Sevices

Notice Date
1/16/2026 11:16:51 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY26NUTRIENTANALYSIS
 
Response Due
3/1/2026 2:00:00 PM
 
Archive Date
03/16/2026
 
Point of Contact
Dr. Rich Green
 
E-Mail Address
richard.j.green.civ@army.mil
(richard.j.green.civ@army.mil)
 
Description
SYNOPSIS: This Sources Sought Announcement is to assist the US Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) to identify potential sources to provide information on food product nutrient analysis and price schedules for different analysis. The Government requests that responses be submitted electronically to jean.m.trumpis.civ@army.mil and Rich Green richard.j.green.civ@army.mil by March 1, 2026 5PM EST. Description: DEVCOM-SC is conducting a Request for Information (RFI) on technologies or capabilities to conduct laboratory nutrient analysis testing on provided food samples. We are interested in standard methods available, quality assurance/quality control measures, turn-around time for results, and costs per sample and/or reportable result. If some of the requested analyses are not available, we are still interested in learning about the analyses that are available. Specific Specifications: Information on the following nalytes is requested: � Common analyes o Calories o Protein o Total carbohydrates o Dietary fiber o Total Sugars o Total fat o Saturated fat o Trans fat o Cholesterol o Calcium o Iron o Potassium o Ash o Percent dry weight, percent moisture o Water activity o pH � Amino Acid Analysis o The 20 canonical amino acids o Total free essential amino acids � Fat-related analytes o Crude fat o Total polyunsaturated fatty acids o Linoleic acid o Alpha-linoleic acid o Oleic acid o Stearic acid o Palmitic acid o Acetate o Butyrate � Vitamins o Vitamins A, C, D (D2 and D3), E, K, B1, B2, B3. B6, B9, B12 � Minerals/Elements o Salt o Fluoride o Iodine o Magnesium o Phosphorus o Selenium o Sodium o Zinc � Special Analytes o Lactic Acid o Total Capsaicinoids o Nordihydocapsaicin o Capsaicin o Scoville Heat Units o Total Anthocyanins o Cyanidin o Malvidin o Pelargonidin o Delphidin o Peoniden o Total Polyphenols/Phenolics o Caffeine 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 Rich Green richard.j.green.civ@army.mil by March 1, 2026 5PM 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 Rich Green richard.j.green.civ@army.mil no later than February 22, 2026 5PM 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0caa280ea77f42699e5b4a7268e4aea6/view)
 
Place of Performance
Address: Natick, MA, USA
Country: USA
 
Record
SN07689833-F 20260118/260116230042 (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!  © 1994-2026, Loren Data Corp.