SOURCES SOUGHT
U -- REQUEST FOR INFORMATION: PROGRAM MANAGEMENT (PM) ACADEMY SERVICES
- Notice Date
- 1/23/2026 10:18:57 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
- ZIP Code
- 45433-5344
- Solicitation Number
- 2026_PMACADEMY
- Response Due
- 2/23/2026 9:00:00 AM
- Archive Date
- 03/10/2026
- Point of Contact
- Tracy Ferrise, Amanda Hoyng
- E-Mail Address
-
tracy.ferrise@us.af.mil, amanda.hoyng@us.af.mil
(tracy.ferrise@us.af.mil, amanda.hoyng@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- RFI OVERVIEW This RFI seeks to assess the availability of industry, including small businesses, to fulfill the requirements for the AFLCMC/AQM PROGRAM MANAGEMENT ACADEMY (PM Academy) effort. The Government requires instructional services in program management. The course is full-time for 5 weeks per session (for students and facilitator(s)). Up to five sessions are offered annually, with 24-36 students planned per session. The curriculum comprises multiple modules addressing various topics relevant to program managers. As part of the course offered, former senior Government employees lead the last 6.5 days of the course (typically Thursday and Friday of week 4 and Monday through Friday morning of Week 5). The scope of this effort is to deliver high-quality instruction for the final segment of each course and update course materials as needed between sessions. This RFI supports the Government�s market research process for a potential contract opportunity under NAICS code 611430. The Government currently anticipates awarding this effort in Fiscal Year 2027. Information in your response will be used to help establish a competitive pool for a potential future source selection or fair opportunity selection. **Note** The Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. RFI CONTACTS: We have designated the following individuals as the official points of contact (POCs) for this RFI. These individuals are the sole authorized representatives permitted to communicate on behalf of AFLCMC/AQM regarding this RFI. Ms. Amanda Hoyng / Contracting Officer / amanda.hoyng@us.af.mil Ms. Tracy Ferrise / Contracting Officer / tracy.ferrise@us.af.mil RFI DISCLOSURE: IAW FAR 52.215-3, this RFI is issued solely for information and planning purposes; it does not constitute an RFP or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any goods or services whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Again, respondents are reminded that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. REVIEW DISCLOSURE: Responses to this RFI constitute your consent to allow Government and Advisory & Assistance Services (A&AS) contractor personnel, all of whom have signed nondisclosure agreements (NDAs), to review your submission. Respondents may object in writing to the release of information to A&AS contractor employees by including a cover letter with their submission PROPRIETARY INFORMATION DISCLOSURE: To the maximum extent possible, please minimize or eliminate proprietary information from responses. Any proprietary information submitted shall be identified as such and will be handled accordingly and protected from unauthorized disclosure. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government will not be liable for damages related to proprietary information that is not properly marked. All Government and DoD support contractor personnel reviewing RFI responses signed non-disclosure agreements and understand their responsibility for proper use, handling and protection of proprietary information from unauthorized disclosure. SUBMISSION DETAILS: Please submit your response to this RFI via email to the designated POC(s) listed, ensuring it is received by the due date specified. For any questions regarding this RFI, direct your inquiries to the POC(s) identified Subject line shall read �2026 PM Academy RFI Response�. RFI TIMELINE: The RFI timeline is outlined below. Dates may be modified by and posted as an amendment to this RFI. RFI Released: 23 JANUARY 2026 Deadline for Questions: 15:00 (EST) 18 FEBRUARY 2026 RFI Responses Due: 12:00 (EST) 23 FEBRUARY 2026 BACKGROUND INFORMATION This RFI is in support of the PM Academy initiative. In this RFI, the Government seeks information on service approaches and potential vendors to directly support instructional support activities, classroom instruction, administration support and information management and technology services in support of the specialized PM Academy courseware. SCOPE OF REQUIREMENT: Please refer to Attachment 1 for the Scope of the Requirement as outlined in the Draft Performance Work Statement (PWS). ANTICIPATED CONTRACT TYPE: The Government intends on awarding a base plus four (4) option year Blanket Purchase Agreement (BPA) utilizing FAR Part 13 acquisition using simplified acquisition procedures and FAR subpart 12, Acquisition of Commercial Items. Please note, the Government anticipates three (3) to five (5) courses per year. We invite industry feedback on the proposed contract type. Your input is valuable in shaping the final acquisition approach. ANTICIPATED AWARD METHODOLOGY: The Government is utilizing Lowest Price Technically Acceptable (LPTA). PLACE OF PERFORMANCE: The primary location for the PM Academy instruction/delivery is at a Federal Government facility located within the Dayton/Kettering, Ohio area. The Government will provide the specific location for in-person training prior to the start of the course. The alternate location/method of PM Academy instruction/delivery is via Microsoft Teams (virtual). The Government will provide the Contractor notification prior to the start of the course if the instruction is to occur virtually utilizing Microsoft Teams. INFORMATION REQUESTED Parties interested in assisting AFLCMC/AQM with this market research are requested to submit the following information in the format outlined below. The response should be detailed (but no more than 10 pages). Title pages and cover letter will not count against the page limit. Respondents are highly encouraged to submit a tailored response rather than a generic capability statement to ensure the requested information is provided. COMPANY INFORMATION: Company Details Company Name and Address Commercial and Government Entity (CAGE) Code Data Universal Numbering System (DUNS) or System for Award Management (SAM) Unique Entity Identifier (UEI) Primary Points of Contact (POCs) Name, Title, Phone Number, and Email Address of company representatives Business Classification Primary NAICS Code and corresponding business size Business Size and Certifications (Yes/No for each): Small Business Woman-Owned Small Business Small Disadvantaged Business 8(a) Certified HUBZone Certified Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business Ownership: Indicate whether your company is domestically or foreign-owned (if foreign, specify country). Relevant Contract Vehicles: List existing DoD or Government-Wide Acquisition Contracts (GWAC) that may apply to this RFI. NAICS Code Recommendations: Suggest any additional NAICS codes applicable to this type of effort. BUSINESS SIZE: The anticipated North American Industry Classification System (NAICS) code for this effort is 611430, Other Technical and Trade Schools. The Small Business Administration�s small business size standard for this NAICS code is $15.0 million. Based on this NAICS code, please indicate whether your business qualifies as LARGE or SMALL. If your business qualifies as small, specify any applicable socio-economic categories under this NAICS: Historically Under-utilized Business Zone (HUBZone), Service-Disabled Veteran-Owned, Veteran-Owned, Small Disadvantaged Business, 8(a), Women-Owned, or Economically Disadvantaged Women-Owned. CAPABILITIES: AFLCMC/AQM highly encourages responses from capable businesses of all sizes, including large and small business concerns and all socioeconomic categories. To avoid an organizational conflict of interest, the Government will not consider DoD Original Equipment Manufacturers for this potential effort. Interested Parties are invited to provide information on the following subjects of interest, specifically describing your capabilities in successfully executing the following: 1. Provide the following project or contract information for requirements deemed similar to this effort: A brief description of the project Contract number Period of performance Was your company a prime or subcontractor? Dollar value of the project Scope of the portion of the effort your company supported 2. If your company is a large business, specify whether you partnered or subcontracted with small business concerns to provide the same or similar services as this requirement. 3. If your company has no direct performance or experience with the above, explain how you will perform tasks utilizing experienced subcontractors through a proposed teaming arrangement or the hiring of qualified personnel. 4. Responses to the following questions as they relate to providing support for the AFLCMC/AQM requirement. Using the questions below, identify your capabilities and experience in meeting the attributes outlined in Attachment 1, AFLCMC Program Management (PM) Academy in Support of AFLCMC/AQM Draft Performance Work Statement (PWS). What applicable industry standards, terms and conditions, regulations, trade journals, or process guides are relevant to the services required for this acquisition? Are there technologies the Government should consider adopting, if feasible, to enhance this requirement? Identify your company�s specific areas of interest and expertise related to each aspect of this RFI. What techniques or methods would your company recommend to fulfill the services described in Attachment 1. What experience does your company have in providing instructional support services similar to those outlined in this RFI and in Attachment 1. ADDITIONAL INFORMATION Please list any existing contract vehicles available for use in procuring this effort, including Federal Supply Schedules, GSA Governmentwide Acquisition Contracts, DoD Indefinite Delivery Indefinite Quantity (IDIQ) contracts, or other Government Agency contract vehicles. This information is for market research purposes only and does not preclude your company from responding to this notice. Additionally, please list any existing contracts your company holds that could be leveraged for this effort. Provide any suggestions or considerations to enhance this procurement, including potential software advancements, industry developments, or innovative solutions. You are also encouraged to review the draft Performance Work Statement (attached) and provide any questions, comments, or recommendations that could improve or innovate this requirement
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cf03055d37f4409a9b8620b553edff5b/view)
- Place of Performance
- Address: Dayton, OH 45420, USA
- Zip Code: 45420
- Country: USA
- Zip Code: 45420
- Record
- SN07695901-F 20260125/260123230040 (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 |