Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2025 SAM #8528
SOURCES SOUGHT

U -- USSF/HQ Executive Writing Training

Notice Date
3/31/2025 6:13:03 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
 
ZIP Code
20762-6604
 
Solicitation Number
FA701425USSFExecutiveWriting
 
Response Due
4/7/2025 7:00:00 AM
 
Archive Date
04/22/2025
 
Point of Contact
Robert Warren
 
E-Mail Address
Robert.Warren.13@us.af.mil
(Robert.Warren.13@us.af.mil)
 
Description
The United States Space Force Headquarters is conducting market research to identify sources for a potential requirement for Professional and Management Devleopmen training for Executive Writing support. The Government is still in the early acquisition planning stage and all activities at this time are considered market research. This is a Sources Sought Notice (SSN) and is NOT a request for proposals and the information received will be utilized for acquisition planning purposes. Responders are advised that the Government will not pay for any information or administrative cost incurred with response to this announcement and information submitted in response to this SSN will not be returned. Responding to this notice does not automatically include the responder on any bidders list, if such a list is developed. Depending on the quantity and quality of the responses received, the criteria may serve to generate the initial pool of potential contractors to be invited to respond to a resulting solicitation. The Government is contemplating a Firm Fixed Price type contract (or task order). The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 611430. Description of Requirement: The Government is looking for a contractual solution to provide Department of the Air Force (DAF) Action Officers (AO) with essential tools to elevate their written communication skills to meet the high standards of the DAF. The contractor will be responsible for developing and teaching a course to approximately 600 DAF AO�s in a small group setting. The course will foster practical skill development, emphasizing concise, persuasive writing specifically tailored to executive-level audiences. At the end of the course, Participants will have gained mastery of various DAF-specific written products, including electronic Staff Summary Sheets (eSSS), Executive Summaries, Operating Instructions, and other critical business documents. The robust curriculum should teach DAF AO�s to apply principles of clarity, audience analysis, and strategic messaging to craft impactful communications that drive decision making. The course should be interactive and provide ample opportunities for participants to practice writing for realistic DAF scenarios, receiving constructive feedback to hone their skills. The course should ensure DAF AO�s being confident and capable of producing high-quality written products that effectively communicate complex information to senior leadership which culminates in a graded written exercise. Note: Do not submit a response to this synopsis if your firm does not intent to bid on this project. REQUESTED INFORMATION 1.1 Capability Statement: Interested parties who consider themselves qualified to perform the above requirement are invited to submit a response to this Sources Sought Notice by no later than April 07, 2025, by 10:00 (EDT). Present your technical capability for completing the attached PWS. The capability statement shall at a minimum address the specific items below. Please state Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBZone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category, i.e., SB, 8(a), SDVOSB, WOSB, or HUBZone. 1.1.1 Approach: Describe your approach for accomplishing the requirement. Your capability statement should additionally indicate what your ideal class size would 1.1.2 Past Performance: Identify previous contracts which are relevant to the scope of the requirement from the past 3 years. Include contract number, period of performance, whether performance was completed as a prime or subcontract, and a summary of services provided. Please provide details on each example on what was provided and how it ties back to the requirement 1.1.3 Timeline: Identify your timeline for developing the course and to begin courses. 1.1.4 Page Limit: Capability Statements are limited to 10 pages in total length, single spaced, and 12-point font and accessible by either Microsoft Word or Adobe Acrobat. 1.2 Rough Order of Magnitude: Please provide a Rough Order of Magnitude (ROM) for services for this type of work and any ""Other Direct Costs"" that would be incurred. Please provide a ROM for course development as well as a ROM for each course taught. There is no page limit for the ROM. Example: Course Development - $15,000 Course (30* students) - $20,000 *This should match whatever is identified as the ideal course size per 1.1.1 in your approach. 1.3 Strategic Vehicles: Please provide a list of any contractual vehicles that may be utilized to fulfill this requirement including but not limited to GSA Schedule Contracts, other agency contracts, or any other strategic contractual vehicle that your company is a part of. There is no page limit for this list. 1.4 Submission Instructions: Please provide your responses to this RFI/SSN to the primary POC listed in this announcement by the timeframe listed in this announcement. Additionally, please include your company's CAGE, Unique Entity ID, and Size Standard as part of your submission. Please note: Large submissions may be required to be sent via multiple e-mails. The Government recommends contacting the primary POC in this announcement to verify receipt. 1.5 Industry Discussions: The Government may choose to meet with companies who responded to this RFI/SSN to hold one-on-one discussions. Discussions would only be held to obtain further clarification of potential capability to meet the requirement. 1.6 Registered in SAM.GOV: You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/090ba273f1dc43ee996c254545bf1600/view)
 
Place of Performance
Address: Washington, DC 20330, USA
Zip Code: 20330
Country: USA
 
Record
SN07392439-F 20250402/250331230050 (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!  © 1994-2024, Loren Data Corp.