Skip to content
Department of Defense

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

Solicitation: Not available
Notice ID: f8d3c48b561b4837966a658b5d4a1b4c

Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: LA. Response deadline: Apr 08, 2026. Industry: NAICS 541611 • PSC B541.

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™ →
Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541611 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,387,307,728
Sector total $5,897,748,956,641 • Share 0.1%
Live
Median
$6,990,715
P10–P90
$2,081,985$16,462,444
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-81%(-$2,962,772,799)
Deal sizing
$6,990,715 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 →
Map for LA
Live POP
Place of performance
Fort Johnson, Louisiana • 71110 United States
State: LA
Contracting office
Barksdale Afb, LA • 71110-2269 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
LA20260047 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Louisiana • Union
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $32.66Fringe $9.86
Rate
ELEVATOR MECHANIC
Base $52.33Fringe $38.43
+17 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 17 more rate previews.
Davis-BaconBest fitstate match
LA20260047 (Rev 0)
Open WD
Published Jan 02, 2026Louisiana • Union
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $32.66Fringe $9.86
Rate
ELEVATOR MECHANIC
Base $52.33Fringe $38.43
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $23.46Fringe $8.35
+16 more occupation rates in this WD
Davis-Baconstate match
LA20260032 (Rev 0)
Open WD
Published Jan 02, 2026Louisiana • Calcasieu
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $32.66Fringe $9.86
Rate
ELECTRICIAN
Base $31.98Fringe $4.34
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $23.46Fringe $8.35
+15 more occupation rates in this WD
Davis-Baconstate match
LA20260011 (Rev 0)
Open WD
Published Jan 02, 2026Louisiana • Jefferson, Orleans, Plaquemines +3
Rate
Carpenter (includes form work)
Base $32.59Fringe $10.52
Rate
Mechanic
Base $25.40Fringe $8.05
Rate
LABORER (Common or General)
Base $22.28Fringe $4.81
+13 more occupation rates in this WD
Davis-Baconstate match
LA20260020 (Rev 0)
Open WD
Published Jan 02, 2026Louisiana • Natchitoches
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $32.66Fringe $9.86
Rate
ELECTRICIAN
Base $30.00Fringe $4.25
Rate
PLUMBER (Including HVAC Pipe Installation)
Base $31.00Fringe $15.35
+8 more occupation rates in this WD

Point of Contact

Name
Capt Grant Wilson
Email
grant.wilson.1@us.af.mil
Phone
3184560692

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA6800 AFICC 767 ESF
Contracting Office Address
Barksdale Afb, LA
71110-2269 USA

More in NAICS 541611

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.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.