Maintenance Analysts Systems Support (MG) AMXG, CMXG and EMXG
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 is issuing a combined synopsis/solicitation and notice of intent to award a sole source contract to BI-SI Solutions, LLC for Maintenance Analysts Systems Support at Robins Air Force Base, GA. This 8(a) Set-Aside opportunity will provide critical program and management support for legacy and unique maintenance systems and scheduling tools.
Scope of Work
The contractor will provide on-site project management, program management oversight, and technical expertise to the 402d Aircraft Maintenance Group (AMXG), 402d Commodities Maintenance Group (CMXG), and 402d Electronics Maintenance Group (EMXG). This support facilitates continuous improvement for production and logistics efforts across more than 70 airframes, including C-5, F-15, C-130, and C-17 aircraft. Key tasks include:
- Troubleshooting system development, requirements, and software life-cycle management, including data analysis.
- Providing nine contract personnel, with specific allocations to AMXG (5), CMXG (2), and EMXG (2).
- Utilizing Structured Query Language (SQL) for approximately 75-100 monthly queries and Tableau coding for "BLADE" reporting tools.
- Developing and maintaining reports and visual management displays using the Performance Information and Visual Overview Tool (PIVOT).
- Providing analytical services and training for various government systems (e.g., G097, EMIS, EXPRESS, LDMS, BLADE, COPA, DCAST, CPBM, CPPM, MRO, MABSM, IMPRESA, PIVOT, Single Point/PAGE Status Sheets).
- Facilitating aircraft delivery, improving material/commodities management, and evaluating strategic planning for Lean/Continuous Process Improvement (CPI) initiatives.
- Providing on-the-job training to government personnel and recommendations for reducing schedule deviations.
Contract Details
This is a Firm Fixed Price Requirements type acquisition. The period of performance is from May 4, 2026, to May 3, 2031, comprising a base period and four option years. The estimated dollar value for this contract is $34,000,000.00. The award is intended to be sole source to BI-SI Solutions, LLC (CAGE: 6SS35) under the authority of FAR 6.302-1 & 10 USC 2304(c)(1).
Set-Aside
This is an 8(a) Set-Aside (FAR 19.8), identified by SBA Requirement # YD1764015904P.
Key Deliverables & Requirements
Contract Data Requirements Lists (CDRLs) specify several mandatory deliverables:
- Plans: Contractor's Safety Plan, Quality Program Plan (QPP/QCP), INFOSEC/COMPUSEC Plan (NIST SP 800-171 compliance), and an Operations Security (OPSEC) Plan.
- Reports: Monthly Status Reports (due by the 15th business day, detailing work, improvements, issues, risks), Post Trip Reports (within 5 days of return), Accident/Incident Reports (telephonic within 4 hours, electronic within 3 days), and Status Reports for Environmental Management System (EMS) and Energy Management System (EnMS).
- Personnel Requirements: Secret security clearances for CMXG and EMXG personnel, Common Access Cards (CAC), DBIDS ID cards, and mandatory Air Force-provided initial EMS Awareness Training and EnMS Training. Compliance with Government security regulations (NISPOM, DAFI 31-101) is required.
- Travel: Anticipated and will be firm fixed price, requiring pre-approval.
Submission & Evaluation
This is a notice of intent to award sole source. However, quotes and financial narratives are requested and must be emailed to marci.ross.1@us.af.mil by March 23, 2026, 12:00 PM Local Time. The award is sole source to BI-SI Solutions, LLC.
Contact Information
- Primary: Marci W. Ross (marci.ross.1@us.af.mil, 17303275053)
- Secondary: Teresa Duval (teresa.duval@us.af.mil, 4783979880)