- 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
Notice of Intent - Sole Source Notice Strategic Plan from Force Improvement Plan Assessment
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.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541611 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 17 more rate previews.↓
Point of Contact
Agency & Office
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.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.