- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Insulated Food Container – Improved and Insulated Beverage Container - Improved
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MA. Response deadline: Mar 27, 2026. Industry: NAICS 332439 • PSC 7360.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 332439 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 332439
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 for the next-generation Insulated Food Containers and Insulated Beverage Containers with improved thermal performance, collapsible design for reduced logistics footprint, and optional active thermal management capability. The IFC-i is intended to replace CID A-A-52193G and the IBC-I is intended to replace CID A-A-52190C for military expeditionary feeding operations supporting UGR-H&S ration transport from central preparation to forward feeding sites.
The Government requests that responses be submitted electronically to jean.m.trumpis.civ@army.mil and james.d.nelson196.civ@army.mil by 27 March 2026, 5 pm EST.
BACKGROUND
DEVCOM-SC Combat Feeding Division has identified the need for improved insulated food and beverage containers to support expeditionary feeding operations. Current Insulated Food Containers (IFCs) and Insulated Beverage Containers (IBCs) are heavy, occupy the same volume empty as full, and exhibit performance limitations under field serving conditions. This initiative supports the Army's modernization goals for a smaller, lighter, more mobile force operating in contested logistics environments.
Operational Need: Provide highly mobile, scalable, modular insulated food and beverage storage and transport solutions supporting distributed feeding operations in austere environments. The IFC-i/IBC-i shall provide collapsible, lightweight, energy efficient containers with passive and optional active hot/cold capabilities, reducing logistical footprint while maintaining food safety (≥140°F hot hold, ≤41°F cold hold per HACCP/ServSafe).
Program Alignment: This effort supports replacement of current IFCs/IBCs and integration with fielded platforms (Tray Ration Heating Systems, Expeditionary Field Kitchen, Assault Kitchen, Containerized Kitchen, Mobile Kitchen Trailer) and future systems (Expeditionary Field Feeding Equipment System, Scalable Combat Feeding Platform).
Description: DEVCOM-SC is conducting this Request for Information (RFI) on technologies or capabilities to provide an Improved Insulated Food Container (IFC-i), and an Improved Insulated Beverage Container (IBC-i). Respondents should demonstrate capability to address one or more of the following requirement areas:
Specific Specifications:
1. Passive Thermal Performance Requirements
The IFC-i shall meet the following thermal performance thresholds without active heating/cooling or PCM:
Test Condition Threshold Objective Final Temp
Hot Hold: 180°F ±2°F initial, -20°F ±5°F ambient, 4 hours ≤40°F loss ≤35°F loss ≥140°F
Cold Hold: 33°F +2/-0°F initial, +120°F ±5°F ambient, 4 hours ≤8°F rise ≤6°F rise ≤41°F
Extended Hold (with PCM) ≥5 hours ≥6 hours Per above
Extreme Cold (Stretch): 160°F initial, -60°F ambient ≥5 hrs to 140°F ≥6 hrs to 140°F ≥140°F
Note: Cold hold threshold is tightened from A-A-52193G (+12°F) to +8°F to provide margin for serving-line temperature rise. Current baseline testing shows H&S rations in IFC at -60°F ambient drop below 140°F in approximately 2.5 hours.
Extreme Cold Stretch Goal: Per CFREP program objectives, respondents with solutions capable of maintaining ≥140°F for 5-6 hours at -60°F ambient are encouraged to provide supporting test data.
2. Insulation Requirements
Parameter Threshold Objective Baseline
Effective R-value (per inch) ≥7.0 ≥9.0 ~4.0
Total wall thickness (insulation + shell) ≤1.5" ≤1.25" ~2.0"
Acceptable insulation technologies include but are not limited to: Flexible aerogel composites, multi-layer reflective insulation (MLI), closed-cell polyurethane foam, vacuum insulated panels (VIPs), microencapsulated PCM-embedded materials, functional polymers, or hybrid systems. Technologies enabling high thermal resistivity within flexible, durable structures are of particular interest for collapsible designs.
Other Goals: Respondents with advanced insulation technologies achieving R-10.5 to R-12 per inch (per CFREP program goals) while maintaining collapsibility and durability are encouraged to respond, with supporting test data.
3. Serving-Line Performance Test
Because real-world performance degrades when lid is opened for serving, the IFC-i shall pass a serving simulation test:
1. Load container per standard hot test protocol (180°F water)
2. Conduct 25 open/close cycles over 30 minutes (simulating serving line)
3. Each cycle: open lid, wait 15 seconds, close lid, wait 45 seconds
4. After serving simulation, continue closed hold test
5. Pass criterion: Contents remain ≥140°F for ≥90 minutes after serving simulation completes
4. Collapsibility / Reduced Logistics Footprint
The IFC-i and IBC-i shall reduce stowed volume when empty to minimize logistics burden. Current rigid containers occupy the same volume empty as full, creating transportation inefficiencies.
Parameter Threshold Objective
Volume reduction (collapsed vs. deployed) ≥25% ≥30%
Operational dimensions (deployed) ≤17⅜" W × 25⅛" L × 10¼" H
Collapse/deploy cycle endurance ≥200 cycles, no degradation
Acceptable Design Approaches:
• Collapsible rigid frame with hinged panels or telescoping structure
• Thin-walled fabric super-insulated shell coupled to collapsible frame
• Removable/modular insulation systems
• Nesting designs for multiple unit storage
• Flexible durable textile constructions (CFD has in-house textile fabrication capability for soft prototype development)
Design Constraint: Collapsibility shall be achieved through mechanical design rather than compressible insulation. System shall return to full rigidity and thermal sealing capability upon deployment. Collapsible elements shall lock positively in deployed position with no play or flex.
5. Phase Change Material (PCM) Integration
The IFC-i shall accept removable PCM modules to extend thermal hold duration:
PCM Type Melt Point Function
Hot Hold PCM 145–150°F Releases heat at danger zone boundary
Cold Hold PCM 30–32°F Absorbs heat near freezing point
PCM module requirements: Field-replaceable, washable, durable to -40°F storage, no leakage when damaged.
6. Physical and Weight Requirements
Condition Threshold Objective
Empty weight (container + inserts + lids) ≤25 lbs ≤20 lbs
Loaded weight (food + PCM if installed) ≤75 lbs
Active module (optional, if installed) ≤10 lbs ≤8 lbs
Feeding capacity (per module) 25 personnel 50 (2 modules)
Two-person carry requirement: Container shall include integrated handles permitting gloved two-person lift and carry at maximum loaded weight. Handles operable with arctic gloves.
7. Insert Pan Configuration
The IFC-i interior shall accommodate the following insert configurations, matching UGR-H&S tray pack requirements:
a. Primary: Three (3) ⅓-size, 6" deep insert pans with sealed lids and gaskets
b. Alternate: One (1) full-size, 6" deep pan with sealed lid and gasket
c. Tray Pack: Three (3) tray pack cans (Size 1 baseline) or four (4) tray pack cans (Size 2 extended)
8. Cleanability
The following shall be incorporated into the final IFC-i and IBC-i design:
a. Materials: All food-contact surfaces are fabricated from National Sanitation Foundation (NSF) certified non-porous, non-toxic, corrosion-resistant, and non-absorbent materials that will not impart odor, color, or taste to food.
b. Surface Finish: Food-contact surfaces are smooth, durable, and free of pits, cracks, crevices, and sharp internal angles where food particles and microorganisms can be harbored. Each internal corners shall be rounded to a sufficient radius to permit easy cleaning.
c. Accessibility and Disassembly: All food-contact surfaces shall be readily accessible for manual cleaning and inspection, and while disassembly is not encouraged, if disassembly is necessary for cleaning then this shall be completed without the need for specialized tools.
d. Drainage: The Equipment and any of its removable parts shall be self-draining or can be easily tilted or inverted for complete draining, preventing the pooling of liquids that can lead to microbial growth.
e. Industry Standards: The Equipment shall be designed and constructed to meet, at a minimum, the relevant NSF/ANSI standards for food equipment cleanability applicable at the time of manufacture.
9. Technical Data Package
The contractor shall develop, maintain, and deliver a Product Level Technical Data Package (TDP) in accordance with MIL-STD-31000C.
The TDP shall be sufficient to enable competitive procurement and life-cycle sustainment. At a minimum, the TDP shall include:
a. 3D native CAD models and associated 2D drawings in PDF format.
b. A complete Bill of Materials (BOM) identifying all parts, materials, and their sources.
c. All material and process specifications used in manufacturing.
d. Special Packaging Instructions.
10. Active Thermal Management (Optional Enhanced Capability)
Note: Active heating/cooling is an optional enhanced capability. The baseline IFC-i shall meet all passive requirements without active systems. Trade-off analysis will determine cost-benefit for fielding.
Parameter Threshold Objective Stretch Goal
Heating capacity 200W 350W 1035W
Cooling capacity (TEC-based) 75W 150W 1035W
Battery runtime (integrated) ≥2 hours ≥4 hours —
Power interfaces 12V DC 12V DC + 120V AC + Solar/Wind
Rationale for Power Targets: Threshold/Objective values (200-350W heating, 75-150W cooling) are sized for maintenance heating, not reheat capability—food must be loaded hot. These targets are achievable with lithium battery packs under 10 lbs. Stretch goal values (1035W) from CFREP program targets require ~100A at 12V, which presents portability challenges; respondents proposing higher-power solutions should address weight, battery capacity, and alternative power sources (solar, wind, fuel cells).
Design Requirement: Active module shall be removable as single unit for repair/replacement. Dual-function (heating/cooling within same footprint) capability is desired.
11. Durability and Environmental Requirements
Test Requirement
Drop test 36" drop onto concrete, loaded, all orientations—no structural failure
Vibration test MIL-STD-810H Method 514.8, Category 4 (wheeled vehicle)
Latch endurance ≥500 cycles, no deformation or loss of clamping force
Collapse/deploy cycle ≥200 cycles, no degradation of thermal performance or seal integrity
Operating temperature -20°F to +120°F operating; -40°F to +140°F storage
Taber Abrasion Exterior surfaces shall show no exposure of substrate material when tested per ASTM D4060 (CS-17 wheels, 1000g load). Threshold: ≥2,000 cycles. Objective: ≥4,000 cycles.
12. Regulatory and Safety Compliance
• NSF/ANSI Standard 2 compliant for food equipment (listing required prior to first shipment)
• FDA 21 CFR compliant for food contact materials
• Hot food maintained ≥140°F per HACCP/ServSafe guidelines
• Cold food maintained ≤41°F per HACCP/ServSafe guidelines
• No chemical leaching, off-flavors, or contamination from materials
• Color options: Brown (Desert Sand) or Green (Olive) per FED-STD-595
13. Technologies of Interest
Based on Combat Feeding Division research priorities, the Government is particularly interested in the following technology areas:
a. Advanced Insulation Materials: Functional polymers and microencapsulation technologies enabling lightweight, flexible, high-performance insulation; embedded polymers and coatings offering high thermal resistivity within flexible, durable webs
b. Collapsible Frame/Structure Technologies: Collapsible frames or structures coupled with thin-walled fabric super-insulated shells; hinged panels, telescoping frames, removable insulation modules
c. Phase Change Materials: Hot/cold plates or PCM inserts for passive hold extension; PCM-embedded insulation materials tuned for expeditionary conditions; flexible insulated blankets with integrated PCM
d. Active Thermal Systems: Silicone heating pads, thermoelectric cooling modules, compact battery-powered heating/cooling; dual-function heating/cooling within single footprint
e. Surface Treatments: Solar absorption/reflectance paints and coatings for passive thermal management
f. Alternative Power Sources: Solar, wind, and fuel cell integration for active system power; vehicle power interface optimization
g. Water Heating Capability: Methods to heat water for beverages/coffee using IBC-i; hot water for reconstituting freeze-dried or condensed foods at point of consumption
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.
a. Thermal performance test data (internal or third-party)
b. NSF/ANSI Standard 2 certifications or test reports
c. FDA food contact compliance documentation
d. MIL-STD-810H environmental test results (if available)
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 james.d.nelson196.civ@army.mil no later than 27 March 2026, 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 james.d.nelson196.civ@army.mil no later than 24 March 2026, 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.
REFERENCE DOCUMENTS
- CID A-A-52193G, "Food Container, Insulated, With Inserts" (February 24, 2015)
- CID A-A-52190C, "Dispenser, Liquid, Insulated" (October 19, 2015)
- ACR-U-20, UGR-H&S Menus (September 4, 2020)
- NSF/ANSI Standard 2, "Food Equipment"
- FDA 21 CFR 177, "Indirect Food Additives: Polymers"
- MIL-STD-810H, "Environmental Engineering Considerations and Laboratory Tests"
- TRADOC PAM 525-4-1, "U.S. Army Functional Concept for Sustainment"
- ASTM D4060, "Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser"
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.