DATASCRIBE DUPLICATION SYS SUPPORT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically the 402d Software Engineering Group (SWEG) at Robins Air Force Base, GA, is issuing a Combined Synopsis/Solicitation and Notice of Intent for a sole source award for DataScribe Duplication System Support. This acquisition is issued as a Request for Quote (RFQ) number FA857926Q0014 and is intended for Data Source, Inc. under the authority of FAR 6.302-1. Offers are due by April 6, 2026, at 5:00 PM local time.
Scope of Work
The contractor shall furnish labor, travel, parts, and material for scheduled and non-scheduled maintenance of the DataScribe Duplication System. This includes equipment maintenance, software, and any necessary upgrades. Key services involve:
- Scheduled Maintenance: Performed quarterly, including software upgrades, licensing, optimization, cleaning, and part replacement.
- Annual System Certification: Covering software and licensing upgrades.
- Non-scheduled Maintenance: Requiring a 24-hour response and 72-hour repair, with downtime not exceeding 5 working days. This includes a maximum of two on-site visits per year.
- Support for various control units and drives (e.g., HP 9144 tape drives, Blu-ray, floppy, MO, 4MM/8MM tape drives, CD/DVD writers, PCMCIA card readers).
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: Base year (April 13, 2026 - April 12, 2027) with four option years.
- NAICS Code: 541511 (Size Standard: $34,000,000.00)
- Set-Aside: Unrestricted (Sole Source to Data Source, Inc.)
- Response Due: April 6, 2026, 5:00 PM local time
- Published Date: March 30, 2026
- Place of Performance: Building 639, Robins AFB, GA.
Evaluation
Award will be made to the responsible Offeror whose offer is most advantageous to the Government, considering Price, technical capability, and past performance.
Special Requirements & Deliverables
- Security: Contractor personnel must meet Government security regulations, including obtaining a Common Access Card (CAC) and appropriate clearances.
- Safety: Compliance with OSHA and Air Force standards, including an accepted Safety and Health Plan (CDRL A0001, due 10 working days post-award) and Accident/Incident Reporting (CDRL A0002, within 24 hours of event).
- Environmental: Compliance with Environmental Management System (EMS) Awareness Training.
- Reporting: Submission of Trip/Travel Reports (CDRL A0003) within 7 calendar days of trip completion, four times a year.
Contact Information
- Primary: Patrick Madan (patrick.madan.2@us.af.mil)
- Secondary: Teresa Duval (teresa.duval@us.af.mil)