Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2025 SAM #8621
SPECIAL NOTICE

U -- PKA - 11WG Warrior's Edge Training

Notice Date
7/2/2025 9:21:50 AM
 
Notice Type
Special Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
FA7060 11TH CONTRACTING SQ PK WASHINGTON DC 20032-2110 USA
 
ZIP Code
20032-2110
 
Solicitation Number
FA706025Q0013
 
Response Due
7/2/2025 1:00:00 PM
 
Archive Date
07/10/2025
 
Point of Contact
Kristopher Densmore, Shanice Tyson
 
E-Mail Address
kristopher.densmore@us.af.mil, shanice.tyson@us.af.mil
(kristopher.densmore@us.af.mil, shanice.tyson@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c)(1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Reference Number is FA706025Q0013. The 11th Contracting Squadron, 20 MacDill Blvd., Joint Base Anacostia-Bolling, DC 20032, intends to award a sole source contract for Warrior's Edge Training, 11th Wing Integrated Resilience Office, JBAB. The 11th Contracting Squadron intends to make an award to: J MacAulay and CO, LLC (Cage: 895J8) 1659 High Plains Rd. Huntsville, UT 84317 USA In accordance with (IAW) FAR 5.207(c)(16)(ii), the proposed contract action is for a service for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(b)(ii). This notice of intent to award is not a request for competitive proposals; however, responsible sources may submit a capability statement, proposal or quotation that shall be considered by the agency. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The justification for the sole source requirements as follows: In accordance with FAR 6.303-2. Agency and Activity: 11 Contracting Squadron, Joint Base Anacostia-Bolling, DC. Nature of action for approval: Sole source acquisition. This procurement is for Warrior's Edge Training for the 11th Wing Integrated Resilience Office, JBAB. Justification Rationale: IAW FAR 6.302-1(a)(2), one source is capable of fulfilling this requirement according to the 11th Wing�s Comprehensive Integrated Primary Prevention (CIPP) Plan signed by 11th Wing Commander Colonel Ryan Crowley, dated 20 February, 2025. Demonstration of Unique Qualifications: The Warrior�s Edge training program, developed by J MacAulay and CO, LLC is best suited to meet the 11th WG Commander intent, along with the Wing's long-term initiative. The combination of the initial ""spearhead"" approach through in-person training, combined with the issuance of proprietary software of follow-on training found this requirement to both meet the needs of the Air Force, and unique in nature by the contractor's innovative approach. They are registered in SAM.gov and have provided their training, with exceptional results, to numerous Air Force personnel at multiple Air Force installations to include Grand Forks AFB and Scott AFB. Description of market research: Based on market research conducted, there is only one (1) responsible source available to perform this contract. The use of Warriors Edge resiliency program by J MacAulay and CO, LLC is required to ensure the resiliency and mindfulness training criteria is met in accordance with the 11th Wing CIPP plan. A Firm-Fixed Price contract is the most appropriate given the commercial aspect of the requirement. This will result in an acquisition that is most advantageous to the government. Other supporting facts: N/A Interested Sources: N/A RESPONSES ARE DUE NO LATER THAN 10 July 2023 by 14:00 EST Address questions to Kristopher Densmore, Contract Specialist, at kristopher.densmore@us.af.mil or Shanice Tyson, Contracting Officer at Shanice.tyson@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/426ce3e63a1a4066af9452d9c28dd61a/view)
 
Place of Performance
Address: Bolling AFB, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN07496822-F 20250704/250702230041 (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!  © 1994-2024, Loren Data Corp.