Meals for Survivors Request for Information (RFI)
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 Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Logistics Management Division, is issuing a Request for Information (RFI) to identify industry capabilities for providing disaster meals for emergency response and steady-state operations within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). This RFI supports contingency planning and operational readiness for mass feeding operations. Responses are due March 27, 2026, by 3:00 PM EST.
Scope of Work
FEMA seeks to ensure the capacity to provide up to 3.5 million meals for 72 hours in a catastrophic disaster scenario, totaling 33.1 million meals. Contractors must deliver various meal types during steady state (stock replenishment) and emergency response/surge operations to all 48 contiguous states, OCONUS, and U.S. territories. This includes providing in-transit tracking information.
Mandatory meal types include Reduced Sodium Meals and Survivor Daily Rations, both requiring a 30-36 month shelf-life upon delivery. Optional meal types are Commercial and Short Shelf-Life Meals (9-29 months shelf-life) for emergency response. Detailed nutritional requirements and ingredient prohibitions (e.g., nuts) are specified.
Contract Details
- Opportunity Type: Sources Sought (Request for Information)
- Product Service Code (PSC): 8970 - Composite Food Packages
- NAICS Code: 311991 - Perishable Prepared Food Manufacturing
- Anticipated Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ) with multiple awards.
- Anticipated Period of Performance: One Base Year + four Option Years, with an anticipated start date of March 18, 2027.
- Set-Aside: None specified.
- Guaranteed Minimum: $2,000.00 for the IDIQ, with a minimum of one truckload per task order.
- Place of Performance: Washington, DC 20472 (FEMA HQ), with deliveries to FEMA Distribution Centers and warehouses across CONUS, OCONUS, and U.S. territories.
RFI Response Requirements
- Submission Deadline: March 27, 2026, by 3:00 PM EST.
- Questions Due: March 16, 2026.
- Submission Method: Electronically to Danyelle Wilcox (Danyelle.wilcox@fema.dhs.gov) and Danielle Sweetney (Danielle.Sweetney@fema.dhs.gov).
- Email Subject: "RFI Response FEMA-Meals for Survivors"
- Format: Microsoft Word (.doc/.docx) or Adobe Acrobat (.pdf), unclassified, with proprietary information clearly marked. Max 15 pages (excluding cover page), 11-point font (10-point for charts/tables).
- Content:
- Cover Page (Company Name, Address, UEI Number, POC information).
- Response to RFI questions (max 10 pages) addressing:
- Capability to provide various meal types/quantities for rapid mobilization (within 72 hours) and steady-state replenishment (within 30 days) to CONUS/OCONUS.
- Maximum daily packaging capacity under surge conditions.
- Ability to meet SOW packaging specifications, including an illustration.
- Estimated per-meal pricing for Steady State and Emergency Response.
- Foreseen challenges with the SOW (packaging, delivery, meal types).
- Feedback on the attached requirements document for clarity.
- Any additional relevant information.
Important Notes
This RFI is for information gathering only and does not constitute an offer or commitment to contract. Respondents are responsible for all associated expenses. FEMA will not provide additional information or notify respondents of market research results. Potential organizational conflicts of interest must be addressed. FEMA reserves the right to use non-proprietary technical information in future solicitations. Transportation costs will be evaluated under a separate CLIN. Vendors must be capable of providing both mandatory meal types (Reduced Sodium and Survivor Daily Rations).