FREEZE DRIED FOOD BOXES TO REPLACE MREs IN FIRE CA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is soliciting proposals for the one-time purchase of freeze-dried meal pouch kits. These kits are intended to replace Meals, Ready-to-Eat (MREs) in fire cache vans for the U.S. Wildland Fire Service, addressing concerns about potential contaminants. The meals must be equivalent to MREs in caloric and shelf-stable properties for initial attack fire operations. Proposals are due by April 8, 2026, at 4:00 PM MT.
Scope of Work
This requirement is for 11 total units, with each unit representing a 1-year supply of pre-packaged, 1-person freeze-dried entrees (breakfast, lunch, and dinner). Key specifications include:
- Product: Freeze-dried entrees, Brand Name or Equal to Mountain House individual pouches.
- Nutritional Value: High protein and caloric value, averaging 2,000+ calories and 53 grams of protein per day.
- Packaging: Pouches with no more than 2 servings, boxed in 1-month supply units with a mixture of meal varieties.
- Shelf Stability: Minimum of 10 years.
- Vegetarian Option: Must include a 20% vegetarian alternative within the total number of breakfast and lunch/dinner entrees.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Set-Aside: Unrestricted.
- Response Due: April 8, 2026, 4:00 PM MT.
- Award Date: Expected by April 14, 2026.
- Delivery Date: No later than May 9, 2026 (critical).
- FOB: Destination to Boise, Idaho.
Submission & Evaluation
- Evaluation: Lowest Price Technically Acceptable (LPTA).
- Submission Method: Email bid package to dbarker@ios.doi.gov.
- Required Documents: Signed SF1449 form, signed amendments (if applicable), three past performance references for same/similar items of equivalent or better magnitude, and product literature (for "equal" items).
- Technical Submission Details: Must include a breakdown of meals, quantities, nutritional facts, and confirmation of ability to meet the May 9th delivery schedule. Pricing must be provided per 1-year supply unit and be all-inclusive.
- Eligibility: Bidders must have an active SAM.gov registration at the time of solicitation closing.
Additional Notes
Electronic invoicing via the U.S. Department of the Treasury's Internet Payment Platform (IPP) is required. Questions regarding this requirement should be directed to Diane Barker at (208) 387-5544 or dbarker@ios.doi.gov.