NB6710102600602
Astro P25 Land Mobile Radio System Support
COMMERCE, DEPARTMENT OF > NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY > DEPT OF COMMERCE NIST
Quick analysis
NIST RFQ NB6710102600602 seeks brand-name-only Motorola ASTRO P25 Land Mobile Radio (LMR) system support (12-month base + two 12-month options) as a Total Small Business Set-Aside under NAICS 517121.
Key blocker: Brand-name Motorola support and firmware/parts sourcing strongly imply OEM authorization/credentials; the RFQ instructs quoters to include manufacturer authorization if applicable. Trace’s company profile shows no Motorola authorization or P25 LMR-specific capability, creating a material compliance and performance risk.
Technical scope centers on Motorola ASTRO P25 LMR preventive maintenance, firmware updates, remote support, and dispatch/on-site response at NIST Boulder. This is outside Trace’s core strengths (SATCOM/LEO, CDS/MPE, JADC2, IT O&M) and lacks direct past performance alignment.
While Trace appears to qualify as small under NAICS 517121 (size standard 1,500 employees), competitive position is weak versus Motorola Solutions or authorized channel partners. The short RFQ timeline and potential award without discussions further elevate risk without an established OEM partner in place.','Document extractions for Attachments 1–3 are partial (only sections 1–2 of 3), limiting full visibility into response-time SLAs and some clauses; however, available evidence is sufficient to identify the Motorola brand-name authorization gap as decisive.
Scope summary
- Provide brand-name Motorola ASTRO P25 LMR system support for NIST PSCR (base + two option years).
- Annual preventive maintenance for infrastructure and subscriber devices; firmware updates.
- One alias change and radio template update per year during PM.
- Remote technical support, escalation/case management, measurable metrics; dispatch/on-site response meeting contractual SLAs (Section VI).
- Assist in identifying/sourcing obsolete/older replacement components from secondary markets.
- Comply with HSPD-12, background investigations (5 CFR Parts 1400 and 731), site access, and campus security rules.
- Safety program: PPE, training records, health hazard assessments, and PII protection.
- Deliver PM reports within 15 days; acceptance testing within 10 days post-maintenance.
- Active SAM registration; adhere to commercial item FAR/CAR clauses and NIST invoicing via IPP.
- Include manufacturer authorization (if applicable) with the technical quote.
Dimension scores
Scope is Motorola ASTRO P25 LMR support (PM, firmware, response, Motorola-specific ecosystem). Trace core strengths are SATCOM/LEO, CDS/MPE, JADC2, IT O&M; no evidence of Motorola P25 capability or OEM authorization in the company profile. This is an adjacent communications O&M task but brand-specific expertise is required.
Trace has relevant communications/IT O&M and field services past performance (e.g., USAFCENT Comms & IT, GSM-O, Army FSR), but no documented LMR/P25 or NIST/Commerce work. Transferable but not direct.
RFQ under FAR Part 12 with email submission; no restricted vehicle access needed. Small Business set-aside under NAICS 517121 is accessible to Trace. Not on a Trace-held IDIQ/vehicle.
Brand-name Motorola focus and need for firmware/parts/support favor Motorola Solutions or authorized dealers. No evidence Trace holds Motorola authorization or P25 credentials, leaving Trace at a significant disadvantage.
High performance risk without OEM authorization to obtain firmware, parts, and specialized support—especially as the system is beyond vendor support and requires sourcing from secondary markets. New customer (NIST) and potential award without discussions increase execution risk. CONUS and small scope mitigate slightly.
Would open a new relationship at NIST/DoC and touches communications O&M under a registered secondary NAICS (517121). However, limited scope and weak alignment with Trace differentiators; low broader strategic leverage.
Trace appears small under NAICS 517121 (≤1,500 employees), and HSPD-12/background screening is feasible. However, brand-name Motorola support likely requires manufacturer authorization; RFQ instructs inclusion of manufacturer authorization if applicable. Company profile shows no Motorola authorization—significant compliance gap.
Concerns
- Lack of Motorola OEM authorization limits access to firmware, parts, and specialized support needed for P25 system beyond vendor support.
- Competitive field dominated by Motorola Solutions/authorized dealers; Trace lacks documented P25 credentials.
- Potential award without discussions and short submission window reduce time to secure an authorized partner.
- Partial document extraction (Sections 3 of Attachments 1–3 not reviewed) may conceal additional SLA/compliance obligations.
- New customer (NIST) with specific site access/safety policies; missteps could delay performance.
Teaming opportunities
- Motorola Solutions or an authorized Motorola channel partner with ASTRO P25 credentials and access to firmware/parts.
- Local P25-qualified field technicians capable of meeting Boulder on-site response SLAs.
- LMR/P25 engineering expertise for ISSI interoperability, drive testing/BERT, and system template/alias management.
- Supply chain partner(s) for sourcing EoS/obsolete Motorola components from secondary markets.
Competitive position
- As a small business under NAICS 517121, Trace can participate if teamed with an authorized Motorola P25 partner.
- Trace’s managed services/OCC could enhance ticket triage and escalation metrics beyond minimum requirements when paired with an OEM-authorized service provider.
Bid/No bid factors
- Brand-name-only Motorola requirement; RFQ calls for manufacturer authorization documentation, which Trace does not have on record.
- System is beyond vendor support; requires specialized P25 expertise and secondary-market sourcing—heightened delivery risk without OEM ties.
- Evaluation may proceed without discussions under a short timeline; difficult to close authorization gaps post-RFQ.
- Attachments 1–3 only partially reviewed; specific response-time SLAs and additional clauses may further constrain performance.
Documents
Download all
Attachment 1 Request for Quote - NB6710102600602.pdf
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 2 only) of an RFQ (NB6710102600602) for 12-month base and option-period support of an Astro P25 Land Mobile Radio (LMR) system (brand name Motorola). Solicitation is a combined synopsis/RFQ under FAR part 12, 100% total small business set-aside, requires email submission to the NIST contracting officer by 2:00 PM MST on 05/01/2026, and uses simplified acquisition procedures for a single firm-fixed-price PO.
- Solicitation number: NB6710102600602 (RFQ / combined synopsis) — customer NIST (Contracting Officer: Lia Arthofer, lia.arthofer@nist.gov).
- Set-aside: 100% Total Small Business Set-Aside (FAR 19.5); NAICS 517121 (Telecommunications resellers), SBA size standard = 1,500 employees.
- Brand name only: Motorola (document explicitly states 'brand name only for Motorola').
- Scope: Astro P25 Land Mobile Radio (LMR) System Support — CLIN 0001 (12-month base), CLIN 1001 (12-month option 1), CLIN 2001 (12-month option 2); SOWs referenced in Attachment #1/Attachment #2.
- Procurement vehicle/award type: Single firm-fixed-price purchase order using simplified acquisition procedures (FAR part 12); Government may award without discussions.
- Submission & timeline: Electronic quotations via email to Contracting Officer (lia.arthofer@nist.gov) by 2:00 PM MST on 05/01/2026; questions due 04/27/2026 and must use Attachment #4 Q&As.
- Proposal structure required: Volume I = Technical (must map SOW paragraphs to technical evidence, include manufacturer authorization if applicable, and provide three relevant projects), Volume II = Price (firm-fixed price per line item, shipping included), Volume III = Terms and Conditions (state exceptions if any).
- Past performance requirements: Up to three relevant past performance examples within last five years, with contract details and POC info; preference for prime-role examples.
- SAM registration required: Quoters must have ACTIVE SAM.gov registration at time of submission and through award/performance.
- Evaluation factors: Price and non-price considered; technical capability emphasized (no prototypes/refurbished equipment); failure to address factors may render quote unacceptable.
Attachment 2 - Statement of Work.pdf
Download
Partially reviewed: Too large
Partially reviewed (sections 1 and 2 of 3). The SOW requests extended support for NIST PSCR’s Motorola ASTRO P25 LMR system (System Release A7.18) now beyond vendor support and details work including annual preventive maintenance, firmware updates, remote technical support, dispatch/on-site response, safety/PPE and training, and security/roster/background-investigation requirements. Place of performance is NIST Boulder (Building 3 CTL Innovation Lab and Green Mountain RF site); period is a 12-month base (ARO) plus two 12-month options.
- System: Motorola ASTRO P25 LMR, System Release A7.18; vendor end-of-support in 2025; Motorola will no longer provide service support
- Operational impact: Extended outage in 2023 required vendor restore; second complete outage Oct 2025 recovered internally
- Required services: Annual preventive maintenance (PM) for infrastructure and subscriber devices; firmware updates; one alias change and radio template update per year during PM
- Support services: Remote technical support/consultation, escalation/case management, measurable metrics, and dispatch/on-site infrastructure response with compliance to contractual response times (ref Section VI)
- Sourcing: Contractor must assist identifying and sourcing replacement components from secondary markets for obsolete/older components
- Place of performance: NIST campus, Boulder, CO — Building 3 Second Floor CTL Innovation Lab and Green Mountain RF site
- Period of performance: Base 12 months ARO; Option 1: 12 months; Option 2: 12 months
- Schedule/Hours: Regular business hours M–F 8:00 am–5:00 pm local; Deliverables (PM reports) due 15 days after PM; government acceptance testing/inspection within 10 days of maintenance completion
- Security/compliance: HSPD-12 compliance required for personnel with facility/IT access; contractor must submit roster within 14 days and comply with background investigations per 5 CFR Parts 1400 and 731
- Site access: NIST badge and vehicle registration required; contractor personnel must follow campus security rules
- Safety/training: Contractor provides safety-related PPE (hard hats, safety shoes, safety glasses, respirators, high-visibility clothing, gloves) and provide/record safety training; must perform health hazard assessments and medical evaluations, and protect PII
- Performance metrics: Acceptance tests described (UEM alarms, Phase 1/2 radio calls, ISSI interoperability, drive-testing/BERT) and gov’t may waive or forego acceptance testing
- Document review limitation: Extraction is partial — only sections 1 and 2 of 3 were provided; Section VI (response times) and remaining content were not included in the reviewed extraction
Attachment 3 - Provisions and Clauses.pdf
Download
Partially reviewed: Too large
Partially reviewed extract (file noted as too large; only sections 1 and 2 were provided) of Attachment 3 listing applicable FAR/CAR provisions and clauses for the Astro P25 Land Mobile Radio System Support solicitation. Includes incorporated-by-reference provisions and clauses (e.g., commercial item clauses, small business and procurement integrity clauses), NIST-specific protest routing, place of acceptance (NIST Gaithersburg), operating-status rules for campus access, and billing/invoicing instructions.
- Review is partial: file marked 'partially_reviewed' with limitation 'too_large' and only sections 1_of_3 and 2_of_3 were selected — fuller file likely contains additional clauses.
- Contains Provisions Incorporated by Reference including: 52.212-1 (Instructions to Offerors—Commercial), 52.204-7 (SAM), 52.203-11 (Payments to Influence), 52.219-8 (Utilization of Small Business Concerns) — indicates commercial-item/standard solicitation processes and explicit small-business program references.
- Clauses Incorporated by Reference include 52.212-4 (Terms/Conditions—Commercial), 52.203-13 (Code of Business Ethics), 52.203-17 (Whistleblower Rights), 52.225-3/4 (Buy American / FTAs) — implies compliance requirements for ethics, sourcing, and commercial terms.
- NIST-specific protest procedures (CAR 1352.233-70 and -71) with routing addresses and requirement to serve Office of General Counsel within one day — important for protest risk management and timelines.
- Place of acceptance clause (1352.246-70) specifies acceptance location: NIST, 100 Bureau Drive, Gaithersburg, MD — indicates primary performance/acceptance location for deliverables.
- NIST LOCAL-53: Contract Performance During Changes in NIST Operating Status — requires contractors to monitor campus operating status, may require stop-work during lapses in appropriation or limited access; excepted-status guidance included — impacts on-site performance risk and continuity.
- Billing instructions: invoices must be emailed to INVOICE@NIST.GOV and include standard invoice data (contract number, UEI, CLIN, etc.), and payment requests must be submitted electronically through IPP — operational invoicing pathway and administrative requirement.
- Contains small-business favorable clauses like 52.232-40 (Providing Accelerated Payments to Small Business Subcontractors) — relevant for teaming/flow-down and subcontractor cashflow considerations.
- Several administrative and compliance clauses referenced (e.g., SAM maintenance, reporting executive compensation, OFCCP equal opportunity and veteran/disability clauses) — signals compliance obligations and reporting demands for contractors.
Attachment-4 QuestionsandAnswers (2).xls
Download
An RFQ Questions & Answers workbook containing column headers for tracking Q&A (Question No., RFQ Attachment No., Reference, Page, Section, Para, QUESTION, GOVERNMENT RESPONSE). The provided extraction shows only the header row and no populated questions or answers.
- Document type: RFQ Q&A spreadsheet for the solicitation (header shows 'RFQ Q&A's').
- Column structure: includes fields for Question No., RFQ Attachment No., Reference (Page/Section/Para), QUESTION, and GOVERNMENT RESPONSE — indicates formal Q&A process is used.
- Extraction contains no populated Q&A entries — no substantive clarifications, scope details, or government responses available in this file.
- File processed in full_document mode and marked reviewed; no extraction limitations reported.
- No explicit data on place of performance, contract period, clearances, incumbency, or technical requirements present in this extract.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 46072
Notice lineage:
- 4bb3aae58a424914b14af35043237282 (posted 2026-04-21) - current
- 135e68a34d504a45a446fbfcbd11606d
Last synced: 2026-04-21T18:56:55.019663+00:00
Last analyzed: 2026-04-21T18:59:35.723900+00:00
Latest package fingerprint: 20ec8de047f640f84653b0af971df8e6e960d8b4d91823a354955b14bb7ecbf5
Latest package notice: 4bb3aae58a424914b14af35043237282
Latest package documents: 4
Evidence limitations- Attachment 1 Request for Quote - NB6710102600602.pdf: partially reviewed (too large)
- Attachment 2 - Statement of Work.pdf: partially reviewed (too large)
- Attachment 3 - Provisions and Clauses.pdf: partially reviewed (too large)
- 2026-04-21T18:56:55.021977+00:00: 4bb3aae58a424914b14af35043237282 with 4 docs
Labels
Human notes
No human notes yet.