Facilitated Analytical Writing Course
ID: 20241218Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to Integrity ISR, LLC for a Facilitated Analytical Writing Course. This procurement involves five training sessions, including four Intermediate (Analytic Writing 200) and one Advanced (Analytic Writing 300), along with a Writing 101 refresher course for students needing additional support. The training is crucial for enhancing the analytical writing skills of personnel within the 363 Intelligence Surveillance and Reconnaissance Wing (ISRW) at Langley Air Force Base, Virginia, and will be conducted virtually via Microsoft Teams from January to August 2025. Interested parties may submit capability statements to Kelly Voigts at kelly.voigts.3@us.af.mil by 5:00 PM Eastern Time on December 26, 2024, to demonstrate their ability to meet the requirements, although this notice does not constitute a request for competitive quotes.

    Files
    Title
    Posted
    The document pertains to federal and state initiatives for RFPs (Requests for Proposals) and grants aimed at various governmental needs. Such requests typically seek proposals from qualified entities to provide services or products that align with established criteria. The content highlights the importance of compliance with federal and state regulations, as well as the necessity for financial accountability and transparency in handling awarded funds. Potential areas of focus may include infrastructure development, health services, technology upgrades, and community programs. The RFP process encourages competitive bidding while fostering innovation and efficiency among service providers. Additionally, it emphasizes the role of grant support in enabling local governments to address specific community challenges, with a view towards enhancing public service delivery and overall welfare. The document outlines the overall structure and prerequisites of the RFPs, articulating the context within which applicants must operate to secure funding and project approvals.
    The document is a combined synopsis/solicitation by the 633d Contracting Squadron at Langley Air Force Base, VA, soliciting bids for five training sessions in Analytic Writing (intermediate and advanced) along with a Writing 101 refresher for additional students. The estimated NAICS code is 611430, and participation requires vendors to be registered in the System for Award Management (SAM). Quotes will be evaluated using the Lowest Price Technically Acceptable method, assessing both technical capability and pricing reasonableness. Vendors must submit detailed capabilities statements and a price breakdown separately. Key evaluation criteria include the technical acceptability of the proposal to meet specifications and the price being fair and reasonable. Provisions and clauses specified, including terms concerning various government compliance and regulations, are to be followed. The submission deadline for quotes is indicated, along with pertinent contact information for queries. The document underscores the importance of adhering to federal regulations while ensuring bids reflect high-quality training resources for government procurement purposes.
    The Air Force has issued a Notice of Intent to Award a Sole Source contract to Integrity ISR, LLC for training services. This procurement falls under FAR 6.302-1, which allows contracting with a single source when no alternatives meet the agency's requirements. The contract encompasses five training sessions: four for Analytic Writing 200 (Intermediate) for 15-20 students and one for Analytic Writing 300 (Advanced). Additionally, a stand-alone CBT - Writing 101 will be provided for students needing a writing refresher before the intermediate course. The applicable NAICS code for this service is 611430, with a small business size limit of $15 million. The 633rd Contracting Squadron at Langley AFB will manage this acquisition and has issued this synopsis to comply with FAR Part 5.203, allowing a 15-day notification period. While this notice is not a call for competitive bids, interested parties can submit capability statements by December 26, 2024. Submissions should demonstrate why competitive procurement would serve the Air Force's interests. The decision to pursue or forego competitive contracting rests solely with the government, and clear communication with the designated point of contact is encouraged for any inquiries.
    The Statement of Work (SOW) outlines the provision of professional training in Analytical Writing for the 363 Intelligence Surveillance and Reconnaissance Wing (ISRW) at Langley AFB, VA. The SOW details five training sessions, including four Intermediate (AW200) and one Advanced (AW300) writing course, with an additional Writing 101 course for refresher purposes. Designed to address a recognized deficiency in intelligence writing skills among USAF members, this training aims to expedite skill enhancement beyond basic on-the-job training through professional facilitation. The training topics will include the characteristics and purposes of analytical writing, emphasizing critical evaluation and synthesis of information. Each training session will accommodate 15-20 personnel and will be conducted virtually via Microsoft Teams. The proposed schedule signifies the ongoing commitment to develop airmen’s writing capabilities, with sessions planned from January to August 2025. Overall, the SOW emphasizes the vital need for advanced writing instruction to improve intelligence output within the Air Force, ensuring participants are adequately prepared for their roles.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intent to Sole Source - LEAP eMentor Bridge
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Xtenfer Consulting, Inc. for the continuation of the Language Enabled Airman Program (LEAP) eMentor Courses at Maxwell Air Force Base in Alabama. This contract will consist of a 4-month base period with an additional 8-month option period, aimed at fulfilling ongoing training and curriculum development needs in language education. The contract is critical for maintaining the proficiency of airmen in language skills essential for their operational effectiveness. Interested parties are invited to submit capability statements by 3:00 p.m. CST on July 10, 2025, to the primary contacts, Kimberly Knott and Brian Thornton, via their provided email addresses.
    Training Course Material
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of training course materials to support a First Person View (FPV) drone course at Hurlburt Field, Florida. The requirement includes various kits such as Instructor Kits, Student Kits, and Bench Stock Kits, along with specialized equipment necessary for training operators and partners in drone technology. This initiative is crucial for enhancing operational capabilities and fostering innovation in military training programs. Interested vendors must submit their proposals by July 15, 2025, at 12:00 PM CDT, ensuring all quotes are valid through September 30, 2025, and must include an active registration in the System for Award Management (SAM). For further inquiries, potential offerors can contact Micha J Hough at micha.hough@us.af.mil or Mathieu Osorio at mathieu.osorio@us.af.mil.
    NOCA Project Mercury Workshop
    Buyer not available
    The Department of Defense, specifically the Air Force Material Command, intends to award a sole source contract to Innovatrium for the provision of a Project Mercury Workshop. This workshop is essential for fulfilling the unique training and development needs of the agency, as Innovatrium is identified as the only source capable of delivering the required services. The procurement falls under the NAICS code 611430, with a size standard of $15 million, and while the contract award date is yet to be determined, interested parties are invited to submit capability statements by July 25, 2023, to Brian Wu at brian.wu@us.af.mil or Amanda Tate at amanda.tate@us.af.mil. It is important to note that this notice does not constitute a solicitation for proposals, and no reimbursement will be provided for costs incurred in responding.
    Spanalyics Training
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm Fixed Price purchase order for specialized training services from Spanalytics LLC. The procurement involves three sessions of Spanalytics Training, which includes five days of instruction on Wireless Intrusion Detection System Setup and Operations, as well as Protocols and Cyber Deep Dive, to be conducted at three locations: Camp Lejeune, NC, Camp Pendleton, CA, and Okinawa, Japan. This training is crucial for maintaining a consistent knowledge base of currently fielded systems. Interested firms must express their interest and capability to provide these services within five days of this notice, with responses directed to Elizabeth White at elizabeth.k.white9.civ@us.navy.mil.
    608th AOC License Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for license support services to Activu Corporation, as outlined in a special notice from the 2nd Contracting Squadron at Barksdale AFB. This procurement, categorized under NAICS code 541519 for Other Computer Related Services, aims to fulfill urgent requirements that necessitate a firm-fixed-price contract, as determined by the contracting officer's assessment of the situation. The services are critical for IT and telecom support, particularly in help desk operations and productivity tools, which are essential for maintaining operational efficiency at Fort Johnson, Louisiana. Interested firms that wish to contest this sole source action must submit an interest letter demonstrating their technical expertise and capability to compete, with all inquiries directed to Jonathan Schrank at jonathan.schrank@us.af.mil or Thomas Hutchins at thomas.hutchins.2@us.af.mil.
    Instructional Services for Writing Narcotic Search Warrants Course
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses to provide instructional services for a "Writing Narcotic Search Warrants" course at the Midwest Counterdrug Training Center (MCTC) in Johnston, Iowa. The contractor will be responsible for delivering up to three iterations of the course during the base period and up to eight iterations for each of the four option periods, focusing on enhancing law enforcement officers' skills in writing search warrants and affidavits in compliance with federal and state guidelines. This initiative is crucial for improving training capabilities in counternarcotics operations, supporting national drug control strategies. Interested contractors must submit their proposals by July 10, 2025, and can direct inquiries to Dan Collins at daniel.w.collins.civ@army.mil or Megan Kaszinski at megan.r.kaszinski.civ@army.mil.
    Sole Source Requirement with Mike Goulian Aviation, LLC. for Demonstration Flight Hours in One (1) Aerobatic Extra-300 Aircraft
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking a sole source contractor, Mike Goulian Aviation, LLC, to provide demonstration flight hours in an Extra-300 aerobatic aircraft for the U.S. Naval Test Pilot School's Qualitative Evaluation Program. The contractor is required to deliver up to 50 flight hours, including ferry flights and support for both student and instructor personnel, while adhering to FAA standards and ensuring all necessary regulatory compliance. This initiative is crucial for enhancing pilot training through rigorous flight evaluations, with the contract period set from July 28 to August 22, 2025. Interested parties must submit their quotes, including completed provisions and pricing details, to Shannon Canada at shannon.m.canada.civ@us.navy.mil, as the government will not issue a formal solicitation.
    414 CTS Advanced Medical Training
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses for the provision of Advanced Medical Training (AMT) instructors and materials for a training session scheduled from August 2 to August 9, 2025, at Nellis Air Force Base, Nevada. The contractor will be responsible for delivering comprehensive training to prepare U.S. Recovery Forces for contested Personnel Recovery missions, including realistic medical scenarios and the provision of necessary training models and materials. This opportunity is critical for enhancing operational readiness in military medical response, and proposals must be submitted electronically by July 9, 2025, with inquiries directed to A1C Samuel Toledo at samuel.toledo.1@us.af.mil. The contract will be awarded based on a combination of price, technical acceptability, and past performance evaluations.
    NOTICE OF INTENT TO SOLE SOURCE – Two Hundred Thirty-One (231) Altair Units for Enterprise Suite Software License and Thirty-Five (35) Annual Technical Support and Software Maintenance
    Buyer not available
    The Department of Defense, specifically the Army, intends to award a sole-source contract to Altair Engineering, Inc. for the procurement of 231 Altair Units for Enterprise Suite Software Licenses and 35 Annual Technical Support and Software Maintenance services. This acquisition is critical for maintaining the operational capabilities of the Army's software systems, ensuring they remain up-to-date and fully supported. Proposals are due within five days of the posting date, with a delivery requirement of seven business days post-order acceptance to Aberdeen Proving Ground, Maryland. Interested parties can reach out to Nicole G. Hernandez at nicole.g.hernandez2.civ@army.mil for further inquiries.
    Note of Intent to Award a Sole Source Contract to InVeris Training Solutions
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort McCoy, intends to award a sole source contract to InVeris Training Solutions, Inc. for the procurement of specific target parts essential for live fire training systems. The required items include various components such as battery eliminators and modems, which are critical for maintaining the functionality of training equipment at Fort McCoy, Wisconsin. The contract is set to be awarded within 120 days of the contract date, and interested parties must submit their capability statements by 8:00 AM Central Time on July 9, 2025, to be considered. For further inquiries, potential offerors can contact Tyler Adams via email at tyler.j.adams2.civ@army.mil or by phone at 502-898-4824.