Scout

FA857126R0006

Maintenance Analysts Systems Support (MG) AMXG, CMXG and EMXG

DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR FORCE MATERIEL COMMAND > AIR FORCE SUSTAINMENT CENTER > FA8571 MAINT CONTRACTING AFSC PZIM

New Rejected
Actions
Open SAM.gov
Notice Type Combined Synopsis/Solicitation
Due 2026-04-22
Posted 2026-04-21
NAICS 541512
PSC R425
Set-aside 8a Competed
Scout Score 25

Quick analysis

Opportunity is a Combined Synopsis/Solicitation FA857126R0006 for on-site Maintenance Analyst Systems Support at Robins AFB (AMXG/CMXG/EMXG), NAICS 541512, PSC R425.

Solicitation text states a sole-source intent to BI-SI Solutions, LLC (CAGE 6SS35) under statutory authority; period of performance is 5 years FFP Requirements type; estimated value called out at $34M in extracted sections.

Trace is not 8(a)-eligible; the notice indicates an 8(a) set-aside and the solicitation indicates sole source to a specific 8(a) firm, creating a clear access/compliance blocker.

PWS excerpts require nine on-site personnel with Secret clearances for CMXG/EMXG, CAC/DBIDS, and strong data analytics/reporting skills (SQL, Tableau/Qlik/Databricks) across USAF depot maintenance systems; this is adjacent to Trace’s IT O&M/managed services but not a differentiating core lane for Trace.','Some solicitation/PWS files were only partially extracted; one amended solicitation file is garbled, but available sections already establish the sole-source posture and key requirements.

Scope summary

  • Provide nine (9) on-site contractor personnel: 5 AMXG, 2 CMXG, 2 EMXG at Robins AFB, GA.
  • Secret clearances required for CMXG and EMXG; CAC and DBIDS badging; COMSEC and network access training.
  • On-site program/project management, technical expertise, software lifecycle support, troubleshooting, and data analysis.
  • Strong analytics/reporting skills: SQL (high query volume), Tableau, iQuery/Qlik/Databricks; dashboard/report development (e.g., PIVOT reports, AMXG Dashboard).
  • Familiarity with USAF depot/maintenance systems (e.g., G097, EMIS/ROCIT/MWR/MPCS, EXPRESS, LDMS, BLADE, COPA, DCAST, CPBM/CPPM, MRO, MABSM/IMPRESA, PAD, TED).
  • Adherence to AFSC methodologies (Critical Chain, Critical Path, Theory of Constraints, Art of the Possible).
  • Multiple CDRL deliverables: status/post-trip reports, OPSEC Plan, INFOSEC/COMPUSEC Plan, Quality Program Plan, Contractor Safety Plan, Accident/Incident Reports.
  • FFP Requirements contract; 5-year PoP; WAWF invoicing; cybersecurity safeguarding (FAR 52.204-21).

Dimension scores

Total - 25/100
Technical Fit - 11/20

PWS calls for on-site program/project management and extensive data analytics/reporting (SQL, Tableau/Qlik/Databricks) supporting USAF depot maintenance systems (AMXG/CMXG/EMXG). This aligns to Trace’s adjacent IT O&M/managed services capabilities but is not a core differentiator (e.g., Starshield/CDS/JADC2). Evidence: PWS 12March2026 sections 1 and 4.

Past Performance - 11/20

Trace holds USAF work (ABMS IDIQ, USAFCENT comms & IT) indicating relevant agency experience, but not direct AFSC depot maintenance analytics as described. Thus, same agency but different mission area/mechanism. Evidence: company_profile past performance; PWS scope.

Vehicles / Contract Access - 0/10

Access is blocked: solicitation indicates 8(a) set-aside and explicit sole-source intent to BI-SI Solutions (CAGE 6SS35). Trace does not hold a vehicle that overrides this restriction, and this is not issued on a Trace-prime vehicle. Evidence: Solicitation - FA857126R0006 extracted sections; metadata set-aside.

Competitive Position - 0/15

The solicitation states intent to award sole source to BI-SI Solutions, naming the awardee. This places Trace at a severe disadvantage with no competitive path as prime. Evidence: Solicitation - FA857126R0006 excerpt noting sole source to BI-SI Solutions.

Risk - 1/15

Very high pursuit risk: Trace is non-8(a) and the notice signals a sole-source award to a specific 8(a) firm; response deadline is immediate. Even as a sub, leverage is uncertain. Evidence: metadata deadline; Solicitation sole-source language.

Strategic Value - 2/10

While AFSC/Robins AFB is a Tier-1 agency environment for Trace, the sole-source 8(a) posture severely limits strategic entry except potentially as a minor subcontractor to the named awardee, which is speculative. Evidence: company_profile target agencies; Solicitation sole-source posture.

Compliance - 0/10

Set-aside is 8(a); Trace is not 8(a)-eligible. Combined with sole-source intent to BI-SI Solutions, compliance cannot be met as a prime. Clearance/CAC/DBIDS are achievable, but set-aside is a disqualifier. Evidence: company_profile eligibility; Solicitation and metadata set-aside; PWS clearance/badging notes.

Concerns

  • Access/compliance blocker: 8(a) set-aside with stated sole-source intent to BI-SI Solutions.
  • Immediate response deadline limits any teaming outreach.
  • Specialized depot-maintenance systems expertise and BI toolchain proficiency may be hard to staff quickly.
  • On-site staffing of nine cleared personnel at Robins AFB requires local recruiting and onboarding (CAC/DBIDS).
  • Hefty CDRL/compliance/reporting cadence increases PM overhead.

Teaming opportunities

  • 8(a) prime access partner is required; the solicitation names BI-SI Solutions as the intended awardee.
  • Robins AFB local presence and rapid onboarding for nine positions.
  • Proven expertise in AFSC depot maintenance systems and analytics toolchain (SQL, Tableau/Qlik/Databricks).

Competitive position

  • USAF experience and IT O&M/managed services credentials for on-site support environments.
  • Ability to meet Secret-cleared staffing and deliver robust reporting/PM processes.

Bid/No bid factors

  • Solicitation indicates sole-source award to BI-SI Solutions (CAGE 6SS35).
  • Set-aside is 8(a); Trace is not 8(a)-eligible.
  • Amended solicitation PDF is corrupted/garbled in extraction, limiting verification of amendment details.
  • Partial extraction of PWS and solicitation; some details may be missing.
  • Very short response deadline (2026-04-22).

Documents

Download all
amended solicitation.pdf Download
Summary

Text extraction returned repeated token strings (e.g., 'JJ=N=of=RU=JJ') and no substantive solicitation content; the document as provided contains no identifiable SOW, clauses, dates, NAICS, set-aside details, POCs, or performance locations.

  • Extraction output consists entirely of repeated tokens like 'JJ=N=of=RU=JJ' with variant letter pairs (JJ=O=of=RU=JJ, JJ=P=of=RU=JJ, etc.).
  • No recognizable solicitation elements present: no Statement of Work, deliverables, contract clauses, deadlines, place of performance, or contact/contracting officer info were found in the extracted text.
  • Because the file content is corrupted/garbled, it cannot be used to verify solicitation-specific scoring factors (scope, complexity, set-aside text, NAICS confirmation, incumbent info, security/classification requirements).
  • File metadata shows readable: true and review_status: reviewed, but the extraction appears to have failed or the PDF is encoded/obfuscated; recommend retrieving original solicitation PDF or alternative extraction.
  • This document therefore provides no evidence for Past Performance, Technical Fit, Vehicles, or Compliance; BD must source a non-corrupted copy before scoring.
CDRL X001 - Status Report.pdf Download
Summary

DD Form 1423-1 CDRL template for a Status Report (labeled as one data item). Contains the standard contract data requirements list fields and instructions for completing CDRLs, including submission timing, distribution, and pricing group guidance.

  • Document is DD Form 1423-1 (Feb 2001) — Contract Data Requirements List template.
  • Title shown as 'Status Report' and marked '(1 Data Item)' — indicates CDRL X001 is a single status-report deliverable.
  • Includes fields for frequency (Item 10), 'date of first submission' (Item 12) and 'date of subsequent submission' (Item 13) — implies recurring deliverable with schedule to be specified in contract.
  • Item 14 covers distribution (addressees and number of copies) — contract will define required recipients and copy counts.
  • Contains contractor pricing group definitions (Group I–IV) and Item 18 guidance for estimated data price — impacts cost line-item/cost proposal for data deliverable.
  • Template/instructions reference DoD 5010.12-M and DID numbers — CDRL likely ties to a specific DID or data format requirement.
CDRL X002 - Status Report.Post Trip Report.pdf Download
Summary

DD Form 1423-1 CDRL template for a Status Report / Post Trip Report (one data item). The document provides standard instructions for completing the CDRL, required fields (frequency, distribution, dates, approvals), and guidance on pricing groups and contractor vs. government responsibilities.

  • Document is DD Form 1423-1 (CONTRACT DATA REQUIREMENTS LIST) and labels the deliverable as a Status Report / Post Trip Report — indicates a formal contract data item (CDRL).
  • Shows this opportunity includes at least one required data deliverable with fields for frequency, first/subsequent submission dates, distribution, and approval — implies recurring reporting obligations and schedule constraints.
  • References DoD guidance (DoD 5010.12-M) and DoDD 5230.24 (distribution/marking of technical data) — signals standard DoD compliance and possible classification/marking requirements.
  • Includes pricing group definitions (Group I–IV) and instruction to estimate data item price separately — useful for proposal cost development and deliverable labor estimates.
  • Specifies items such as DD 250 inspection/acceptance and draft/final submittal process — indicates government review/approval workflow for the deliverable.
  • Primarily administrative/compliance deliverable rather than technical scope; important for contract management, schedule, and deliverable control but not a statement of technical performance requirements.
CDRL X003 - OPSEC Plan.pdf Download
Summary

Standard DD Form 1423-1 CDRL template for CDRL X003 (OPSEC Plan). The form and accompanying instructions establish that the OPSEC Plan is a required contract data item (1 data item) and describe how to populate CDRL fields (DID number, distribution, draft/final submissions, approval, pricing group), but the form is unpopulated—no DID, dates, frequencies, addressees, or submission schedule are filled in.

  • Identified as CDRL X003 — OPSEC Plan (Contract Data Requirements List) and listed as 1 data item.
  • Form is a template: DID number, contract reference, requiring office, submission dates and distribution addressees are to be entered after award (not populated here).
  • Specifies requirement to mark appropriate distribution statement (ref. DoDD 5230.24) — indicates sensitivity/marking obligations for delivered data.
  • Requires draft and final submissions, approval signatures, and indicates number of copies/addressees will be specified — implies contractor deliverable and review/approval steps.
  • Includes pricing-group guidance (Group I–IV) for estimating data deliverable cost — affects proposal cost build for this deliverable.
  • No populated schedule, frequency, place of performance, or classification level provided in the extracted content — schedule and timelines unknown and need to be confirmed in the solicitation/award.
CDRL X004 - INFOSEC.COMPUSEC Plan.pdf Download
Summary

DD Form 1423-1 (Feb 2001) CDRL template titled for an INFOSEC/COMPUSEC Plan. The PDF is a generic CDRL and includes detailed instructions for completing form fields (title, DID, frequency, distribution, draft/final, pricing groups) but contains no contract-specific entries or populated dates.

  • Document is DD Form 1423-1 (Contract Data Requirements List) and labeled for INFOSEC/COMPUSEC Plan — signals an expected formal information security/computer security deliverable.
  • Includes instructions for Items 1–18: title, Data Item Description (DID) reference, frequency, first/subsequent submission dates, addressees/copies, and distribution statement marking (DoDD 5230.24).
  • Defines price group categories (Group I–IV) and guidance on estimating data item price — indicates the Government expects data deliverable costed separately.
  • Specifies draft/final deliverable handling and distribution counts — implies Trace will need to budget and schedule draft and final submissions and reproducible media if required.
  • No contract-specific fields populated (CLIN, contractor, dates, distribution addressees) — file is a template, not the finalized CDRL with due dates or government addressees.
  • Relevance to compliance: presence of an INFOSEC/COMPUSEC CDRL implies a compliance deliverable (security plan) that could affect technical fit, staffing (INFOSEC/COMPUSEC expertise), and pricing in any proposal.
CDRL X005 - Quality Program Plan.pdf Download
Summary

DD Form 1423-1 CDRL template (Contract Data Requirements List) provided as the Quality Program Plan data item; document contains the standard form and detailed instructions for completing CDRL fields. It defines required CDRL elements (title, frequency, submission dates, distribution, DD250 requirements) and price-group guidance for estimating data development costs.

  • File is a DD Form 1423-1 CDRL template marked as (1 Data Item) — indicates a single required data deliverable tied to the contract.
  • Instructions list CDRL fields that will determine deliverable requirements important for compliance: Item 2 (title), Item 10 (frequency), Item 11/12/13 (as-of/first/subsequent submission dates), Item 14 (distribution), Item 7 (DD250 inspection/acceptance), Item 8 (draft approval).
  • Price group definitions (Group I–IV) present — contractor must estimate data-development costs separately from contract performance costs.
  • Form notes that specific contract references, requiring office, addressees, and dates are to be filled after award — no award-specific dates or POCs present in this extract.
  • Administrative and compliance burden implied (instructions reference DoD 5010.12-M and estimated reporting burden) — relevant to project management and cost/effort planning for Trace.
  • Review status: full document processed and marked reviewed in inventory metadata.
CDRL X006 - Status Report.EMS Training.pdf Download
Summary

This file is the DD Form 1423-1 CDRL template and accompanying instructions for a single data item (CDRL X006 - Status Report). It explains required fields, submission/delivery expectations, distribution, draft/final handling, and the four price-group categories for estimating data-item cost. The document is a generic CDRL form—not a program-specific status report—so it provides compliance/contract deliverable structure but no task- or schedule-specific details for this solicitation.

  • File is DD FORM 1423-1 (CONTRACT DATA REQUIREMENTS LIST) associated with CDRL X006 - Status Report (one data item).
  • Specifies CDRL fields that will affect submittal requirements: data item number, title, authority (DID), contract reference, requiring office, distribution, frequency, first/subsequent submission dates, and draft/final requirements.
  • Includes instructions for government and contractor completion—who signs/approves the CDRL and where completed forms are sent (Government Issuing Contracting Officer).
  • Defines Price Group I–IV with definitions and guidance for estimating the portion of contract price attributable to each data item (useful for cost/price proposal planning).
  • Notes requirements for marking distribution statements for technical data (DoDD 5230.24) and possible DD 250 inspection/acceptance entries—relevant to compliance and delivery acceptance processes.
  • Document is a template/instruction set — no program-specific values such as exact frequency, due dates, number of copies, place of performance, or classification are provided in the extracted text.
CDRL X007 - Status Report.EnMS Training.pdf Download
Summary

Three-page DD Form 1423-1 CDRL template for a Status Report (one data item) tied to EnMS Training. Contains standard instructions for completing CDRL fields (contract line item, title, authority, frequency, distribution, draft/final copies) and defines data pricing groups and estimated data-price guidance; no program-specific schedule, place of performance, classification, or technical requirements are present in the extracted content.

  • Document type: DD Form 1423-1 (Contract Data Requirements List) — labeled as one data item (Status Report).
  • Includes administrative fields: contract line item, exhibit/category, system/item, contract/PR no., contractor, requiring office, DD250 requirement, approval signatures, and distribution instructions.
  • Specifies delivery-related items: Item 10 (frequency), Item 11 (as-of date), Item 12 (date of first submission), Item 13 (subsequent submissions), Item 14 (addressees and copies), and draft/final handling.
  • Defines pricing group categories (Group I–IV) and guidance for estimating data-item prices (Item 17–18).
  • Notes public reporting burden estimate of 110 hours and routing of completed form to the Government Issuing Contracting Officer.
  • Content is a generic CDRL/template (instructions for government personnel and contractor) — no mission specifics, performance location, classification, incumbent, or teaming clues in the extracted text.
CDRL X008 - Contractors Safety Plan.pdf Download
Summary

This file is the DD Form 1423-1 (Contract Data Requirements List) template and accompanying instructions tied to CDRL X008 (Contractor's Safety Plan). It defines the structure and fields required for delivering a single data item (Contractor Safety Plan) but is a blank/template form—no contract-specific dates, addresses, or submission schedule are populated.

  • Document is DD FORM 1423-1 (Contract Data Requirements List) referencing one data item—CDRL X008 (Contractor's Safety Plan).
  • Form and instructions list standard CDRL fields: CLIN, exhibit, category, system/item, contract/PR no., contractor, data item no., title, authority (DID), contract reference, requiring office, frequency, as-of date, first/subsequent submission dates, distribution, draft/final copies, price group, and estimated total price.
  • Template shows government expectations for marking/distribution and potential DD250 requirements and approval checkpoints (draft approval before final).
  • No populated values for submission due dates, number of copies, addressees, or price estimates—i.e., no contract-specific delivery schedule or PO C information in the extracted content.
  • Implication for Trace: contract will likely require a formal Contractor Safety Plan deliverable (compliance/deliverable management, cost/effort accounting), but details (timeline, place of performance, acceptance criteria) are missing from this file.
CDRL X009 - Accident Incident Report.pdf Download
Summary

Template DD Form 1423-1 (Contract Data Requirements List) for CDRL X009 (Accident/Incident Report). The PDF is a blank/form template with instructions describing how to complete CDRLs (items, distribution, draft/final, frequency, price groups) but contains no populated contract-specific fields (e.g., CLIN, dates, addressees).

  • Document is DD Form 1423-1 (CDRL template) labeled as the Contract Data Requirements List for one data item (CDRL X009 — Accident/Incident Report).
  • Form includes government burden statement: 'The public reporting burden...estimated to average 110 hours per response' — useful for labor/effort estimation for this deliverable.
  • Template specifies standard CDRL elements that will be required in contract: data item number, title, authority (DID), frequency, 'date of first submission' and 'date of subsequent submission', distribution (addressees and copy counts), draft/final requirements, and DD250/inspection flags.
  • Includes price group definitions (Group I–IV) and guidance on estimating data-item price attributable to deliverable production — relevant to cost/price preparation and compliance.
  • The file is an unpopulated template: no contract line item number, contractor name, specific submission dates, distribution addresses, place of performance, classification markings, or clearance requirements are present.
  • Implication for Trace: confirms an explicit contract deliverable (Accident/Incident Report) that will factor into compliance, deliverable scheduling, staffing effort, and pricing if the final solicitation populates this CDRL.
PWS 12March2026.pdf Download

Partially reviewed: Too large

Summary

Partial review (sections 1 and 4 of 7) of the PWS for Maintenance Analyst Systems Support (12 Mar 2026). Requirement is for on-site program/project management, technical and analytical support across AMXG, CMXG, and EMXG at Robins AFB, GA, supporting 70+ airframes with nine contractor personnel allocated (5 AMXG / 2 CMXG / 2 EMXG). The PWS specifies heavy reporting/BI work (SQL, Tableau, PIVOT, iQuery/Qlik/Databricks), system training/analytics for many USAF maintenance systems, security/badging/CAC/DBIDS requirements, and specific deliverables (status reports/CDRLs). Review is partial due to file size; remaining sections not summarized.

  • Performance Work Statement dated 12 March 2026 covering Robins AFB, GA depot maintenance support
  • Scope: on-site project management, program oversight, technical expertise, troubleshooting, software life-cycle management, and data analysis for maintenance operations
  • Staffing: fixed requirement of nine (9) contractor personnel with distribution — 5 to AMXG, 2 to CMXG, 2 to EMXG
  • Platforms/scale: supports 70+ airframes (B-52, F-15E, F-16, KC-135, C-5, F-15, C-130, C-17)
  • Technical skills required: SQL (75–100 monthly queries), Tableau plus iQuery/Qlik/Databricks capabilities, PIVOT report/dashboard development and maintenance
  • Reporting/visuals examples: Single Page Status Sheet, AMXG Dashboard, Major Job Analysis Tool, MCT, TMCP, FARM, CAT, DOG, HOG, TPO
  • Systems for training/analytics called out: G097, EMIS (ROCIT, MWR, MPCS), EXPRESS, LDMS, BLADE, COPA, DCAST, CPBM, CPPM, MRO, MABSM/IMPRESA, PAD, TED
  • Methodologies: Critical Chain Project Management, Critical Path, Theory of Constraints, AFSC 'Art of the Possible' gated management system
  • Deliverables/CLINs: status reports and post-trip reports referenced (CDRL A/B/C/D/E002 DI-MGMT-80368A/T)
  • Security: AMXG does not require Secret clearance; CMXG and EMXG require Secret clearances; CAC and DBIDS badging required; COMSEC and network access training mandated
  • Access constraints: on-site work and facility access rules; no work on federal holidays/facility closings unless authorized
  • Partial extraction: Reviewed sections 1 and 4 only (file marked 'partially_reviewed' due to 'too_large') — other PWS sections not examined here
Solicitation - FA857126R0006.pdf Download

Partially reviewed: Too large

Summary

Partial extraction (sections 1 and 11 of 20) of a combined synopsis/solicitation (FA857126R0006) for Maintenance Analysts Systems Support (MG) for AMXG, CMXG, and EMXG. The document states this is a firm-fixed-price, requirements-type acquisition with an asserted sole-source intent to BI-SI Solutions, LLC for an identified dollar amount and a five-year period of performance; selected sections include solicitation metadata, CLIN-level labor requirements, contract period/option years, WAWF routing/payment info, and cybersecurity safeguarding clause language. Full solicitation content was not extracted (file marked too_large / partially_reviewed).

  • Solicitation number: FA857126R0006 (combined synopsis/solicitation)
  • NAICS: 541512; Product Service Code: R425
  • Set-aside shown: 8(a) (block 10 marked 8(A))
  • Document states 'combined synopsis/solicitation and notice of intent to award sole source' and cites FAR 6.302-1 & 10 U.S.C. 2304(c)(1)
  • Sole source award intent to BI-SI Solutions, LLC (CAGE: 6SS35); stated dollars: $34,000,000.00
  • Period of Performance: 04 May 2026 – 03 May 2031 (base + 4 option years with yearly windows listed)
  • CLIN-level labor: multiple CLINs specifying GS-equivalent positions and hours (e.g., CLIN 0001: three GS-9 equiv — 5,568 hours; CLIN 0002: one GS-11 — 1,856 hours; CLIN 0003: one GS-12 — 1,856 hours; CLINs 0004–0006 mirror CMXG/EMXG staffing; travel and OT CLINs also listed)
  • PWS referenced (dates shown in extracted sections: PWS dated 12 Mar 2026 and PWS dated 04 Dec 2025 referenced for CLINs) — PWS is an attached/controlling document
  • Contract type: Firm Fixed Price, Requirements contract
  • WAWF routing/payment data and WAWF POCs provided (Primary: Andrew Davis; Alternate: Willie Johnson)
  • Contracting office: FA8571 AFSC PZIO MXW, Robins AFB, GA; Contracting contacts listed (Marci Ross, Teresa Duval)
  • Includes FAR clause 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (cybersecurity requirements included)
  • References CDRLs (e.g., A001) and schedule; shows contract form SF 1449 over 58 pages
Technical details

Entry: sync

Review status: Up to date

Logical upstream opportunity: 46332

Notice lineage:

  • db575cd561e1463baf92309a5de26820 (posted 2026-04-21) - current
  • 9fa83d72196c4d149e35f6f84d9e1744
  • d2b819c13bd3486abd2f1a3274c7059b

Last synced: 2026-04-21T17:57:21.924793+00:00

Last analyzed: 2026-04-21T18:02:14.053053+00:00

Latest package fingerprint: d4bd5d6bdca91b17e38636ea6a8b163279bf7ed12242b82549d2f1a2266aba0f

Latest package notice: db575cd561e1463baf92309a5de26820

Latest package documents: 12

Evidence limitations
  • PWS 12March2026.pdf: partially reviewed (too large)
  • Solicitation - FA857126R0006.pdf: partially reviewed (too large)
Recent package history
  • 2026-04-21T17:57:21.926769+00:00: db575cd561e1463baf92309a5de26820 with 12 docs

Labels

Human notes

No human notes yet.

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches