Skip to content
Department of Defense

Request for Information - Executive Writing Course

Solicitation: FA701426QB008
Notice ID: b2d0e0c110934a49bff2bddd950ed9ca
TypeSources SoughtNAICS 611430PSCU008Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForcePostedMar 31, 2026, 12:00 AM UTCDueApr 14, 2026, 05:00 PM UTCCloses in 5 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Apr 14, 2026. Industry: NAICS 611430 • PSC U008.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA701426QB008. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 611430 (last 12 months), benchmarked to sector 61.

12-month awarded value
$43,072,368
Sector total $948,850,878 • Share 4.5%
Live
Median
$57,690
P10–P90
$19,554$203,025
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
4.5%
share
Momentum (last 3 vs prior 3 buckets)
+965%($35,679,072)
Deal sizing
$57,690 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Andrews Afb, MD • 20762-6604 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Eric L. Moss
Email
eric.moss.3@us.af.mil
Phone
Not available
Name
Blakeley D. Powell
Email
blakeley.powell.1.ctr@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE DISTRICT OF WASHINGTON
Office
FA7014 AFDW PK
Contracting Office Address
Andrews Afb, MD
20762-6604 USA

More in NAICS 611430

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.
  1. 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

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.