liners and boots).
The following information shall be included in the written response:
1. A material/product description to include detailed information regarding the component materials and insulation package utilized.
a. Any applicable test/analysis information (e.g. clo values, abrasion resistance, tear strength, burst strength, etc.), if available.
b. If a vendor submits multiple materials or samples it is requested that they identify the advantages/disadvantages of their competing products.
2. Brief statement of capability demonstrating the firm's background and production capabilities
a. Statement should include company address, telephone number, and primary contact(s) with e-mail address(es)
b. Production lead time required for delivery. If submitting end items, please estimate lead time necessary for up to 100 pair of varying sizes.
3. Estimated retail and/or wholesale pricing per unit (i.e. linear yards for textiles, cost per pair for end items, etc.).
4. If submitting end items, it is requested that the removable boot liner samples be US Men's Size 10, Regular/D Width, if available.
a. Any samples submitted will be degraded or destroyed during evaluation and will not be returned to the vendor. If a source chooses to submit samples, no payment will be made by the Government for such samples.
Responses to this notice shall be sent to Mr. Jay McNamara, U.S. Army NSRDEC, Bldg 4, D-323, 15 General Greene Avenue, Natick, MA 01760-5019. You may email your questions to Product Manager Soldier Clothing and Individual Equipment at
Jay.McNamara.civ@mail.mil.
This notice is for market research purposes only. This is not a request for quotations. No solicitation document exists. The information received under this announcement may be used to purchase items for Government testing and/or developing acquisition strategy. FAR 52.215-3 - Request for Information or Solicitation for Planning Purposes, applies herein.