Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2026 SAM #8894
SPECIAL NOTICE

B -- Notice of Intent - Sole Source Notice Strategic Plan from Force Improvement Plan Assessment

Notice Date
4/1/2026 8:58:53 AM
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA6800 AFICC 767 ESF BARKSDALE AFB LA 71110-2269 USA
 
ZIP Code
71110-2269
 
Response Due
4/8/2026 10:00:00 AM
 
Archive Date
04/23/2026
 
Point of Contact
Capt Grant Wilson, Phone: 3184560692
 
E-Mail Address
grant.wilson.1@us.af.mil
(grant.wilson.1@us.af.mil)
 
Small Business Set-Aside
WOSBSS Women-Owned Small Business Sole Source
 
Description
Air Force Global Strike Command (AFGSC), Barksdale AFB, LA intends to negotiate on a sole source basis with Executive Leadership Group (CAGE Code: 31LL7), 326 W Pitkin Ave, Pueblo, Colorado, 81004-1842, United States. AFGSC requires development of a comprehensive, executable strategic plan aligned to its nuclear deterrence and global strike mission. The effort includes: longitudinal reassessment using prior Force Improvement Plan (FIP) analytical frameworks; integration of vitality-based constructs from the Squadron Revitalization Study; strategic alignment and gap analysis; development of strategic architecture and implementation plans; strategic launch and execution management process initiation; and transition to Government sustainment. The period of performance is 365 calendar days. Executive Leadership Group (ELG) is the only responsible source capable of satisfying this requirement without unacceptable risk to the Government. ELG led the development process and subsequent training of the initial 2014 AFGSC Force Improvement Plan (FIP) assessments and served as the architect of the analytical frameworks and structured interview methodologies used to establish AFGSC�s institutional performance baseline. ELG also conducted the Air Force Squadron Revitalization study, and designed the vitality-based analytical constructs. The current requirement is explicitly structured as a longitudinal reassessment requiring preservation of methodological continuity with the original FIP and vitality frameworks (see PWS Task 2). The Government requires: application of the original FIP analytical architecture; preservation of interpretive weighting constructs; use of vitality-based constructs embedded in prior assessments; and longitudinal comparability to prior baselines. ELG retains proprietary methodology associated with its structured interview approaches, synthesis frameworks, and integrated qualitative-quantitative analysis techniques. While the Government owns prior deliverables, the underlying analytical architecture, structured coding constructs, and interpretive sequencing logic remain ELG intellectual capital. Competition would require reconstruction or reinterpretation of analytical frameworks originally designed and applied by ELG. Such reconstruction would introduce risk of analytical distortion, degradation of longitudinal validity, and loss of comparability to prior institutional baselines. Given AFGSC�s role as the Air Force�s command for nuclear deterrence, degradation of analytical fidelity presents unacceptable mission risk. No other known source possesses direct experience architecting and applying the original FIP analytical framework, direct authorship of the vitality-based constructs used in the Squadron Revitalization study, embedded institutional knowledge necessary to preserve longitudinal validity, or demonstrated experience building strategic plans within the Department of the Air Force. Accordingly, ELG is uniquely qualified to perform this requirement. The statutory authority for other than full and open competition is 10 USC 2304(a)(1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. Companies who believe they can provide this service must indicate their interest in writing within 7 days of this notification and include a detailed capability statement. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement. This notice of intent is not a request for competitive quotes. Vendors may send written correspondence to the following address: grant.wilson.1@us.af.mil. All responsible sources will be considered for evaluating the determination. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.The North American Classification System (NAICS) code 541611 will be used for determining company size status.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f8d3c48b561b4837966a658b5d4a1b4c/view)
 
Place of Performance
Address: Barksdale AFB, LA 71110, USA
Zip Code: 71110
Country: USA
 
Record
SN07764382-F 20260403/260401230043 (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!  © 1994-2026, Loren Data Corp.