SOURCES SOUGHT
U -- Request for Information - Executive Writing Course
- Notice Date
- 3/31/2026 3:42:06 PM
- 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
- FA701426QB008
- Response Due
- 4/14/2026 10:00:00 AM
- Archive Date
- 04/29/2026
- Point of Contact
- Eric L. Moss, Blakeley D. Powell
- E-Mail Address
-
eric.moss.3@us.af.mil, blakeley.powell.1.ctr@us.af.mil
(eric.moss.3@us.af.mil, blakeley.powell.1.ctr@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- REQUIREMENT DESCRIPTION: The Government seeks industry input to support the development of an acquisition strategy for an Executive Writing Course (EWC) for Space Force staff action officers. The objective is to improve the quality, clarity, and effectiveness of executive-level written communication. The SAF Action Officer Course (AOC) is a mandatory prerequisite. HQSF/DSK intends to supplement AOC with an Executive Writing Course focused on producing decision-ready staff products (e.g., EXSUMs, memos, executive summaries). The contractor will be responsible for course development, administration, instruction, and performance reporting. REQUESTED INFORMATION: Capability & Experience Relevant experience delivering executive writing or leadership communication training. Experience supporting DoD or federal senior staff environments. Technical Approach Recommended course duration and structure. Approach to teaching executive writing principles. Methods for measuring student improvement. Staffing Proposed labor categories and qualifications. Instructor experience expectations. Timeline to obtain the required skill sets to successfully perform this requirement. Delivery Model Recommended class size and frequency. Ability to support surge requirements. Experience delivering training via Microsoft Teams. Performance Metrics Feedback on proposed metrics (e.g., 90% improvement, 95% satisfaction). Suggested alternative metrics. Data Rights Feedback on Government Purpose Rights requirement. Identification of any proprietary materials. Pricing (Rough Order of Magnitude) Provide ROM pricing for: Course development Per-course delivery Annual sustainment/updates Include assumptions and key cost drivers. Contracting Strategy Feedback Feedback on single-award BPA vs alternatives. Recommended contract structure. Please identify any contract vehicles through which your company can provide the required services. Include, at a minimum, applicable GSA Multiple Award Schedule (MAS) contracts, decentralized or agency-specific ordering vehicles, and any other Government-wide, multi-agency, or internally managed contract vehicles. For each vehicle, provide the contract number, scope relevance, ordering method, and any applicable limitations. Small Business Participation Business size and socioeconomic status. Teaming or subcontracting approach. Risks & Assumptions Key risks in execution. Recommended changes to the requirement. SUBMISSION INSTRUCTIONS Format: PDF or Word Page Limit: 15 pages maximum Font: 12-point minimum Submission Method: Email Subject Line: �RFI Response � EWC Support � [Company Name] INDUSTRY ENGAGEMENT: The Government may conduct: Follow-on one-on-one sessions Virtual industry day (if warranted) DISCLAIMERS: This RFI is for planning purposes only and does not constitute a solicitation. The Government will not reimburse costs associated with responding. Responses will not be returned. Participation is voluntary. Industry Feedback on the Requirement: Although the Government will make the final determination regarding the requirement, we invite industry feedback on the attached requirement documents. Specifically, the Government seeks recommendations on areas where the requirement could be clarified, refined, or otherwise improved to enhance the quality of the products or services received
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b2d0e0c110934a49bff2bddd950ed9ca/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07763894-F 20260402/260331230048 (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 |