6973GH26CBPTROLLRADIOEQUIPMENT
CBP TROLL RADIO EQUIPMENT - MARKET SURVEY
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 6973GH FRANCHISE ACQUISITION SVCS
Quick analysis
FAA market survey on behalf of CBP AMO seeks Troll-branded communications equipment spares and repair services with strict no-substitution rules.
Scope centers on OEM-specific procurement and depot-level repair/engineering for defined Troll part numbers with aggressive TATs, warranties, FRACAS reporting, and inventory management.
Trace has no documented Troll OEM/distributor/authorized-repair relationship in the company profile; NAICS 334220 (manufacturing) is a lower-priority lane for Trace and outside core strengths.
Given brand restriction and lack of evidence of OEM authorization, compliance and competitive position are weak; risk is high. Recommend Reject.
Scope summary
- Provide Troll-branded equipment only; no substitutions accepted.
- Perform depot-level repairs with TATs: Level 1=15 days, Level 2=30 days, Level 3=45 days; support expedited repairs.
- Deliver weekly FRACAS reports and Failure Analysis Reports within 5 days after completion.
- Manage long-lead repair inventory; zero out and credit government at contract end.
- Adhere to BER (>75% of replacement price) and NFF handling timelines.
- Provide 1-year warranty on new items and 90-day warranty on repaired items; correct recurring failures within specified TATs.
- Conduct engineering studies, extended testing, and field support; provide rapid on-site response within 5 calendar days when required.
- Comply with FAA packaging/marking standards (AJW-LWI-CF0077 Provision 61).
- Execute purchases via Delivery Orders and repairs/upgrades via Task Orders over base + 4 option years.
- Confirm capability to provide all items listed in Attachment 1a Troll parts list and submit ROM pricing.
Dimension scores
Work is OEM-specific supply and depot repair of Troll-branded terrestrial communications equipment with specified TATs and engineering analyses (evidence: brand restriction, repairs/engineering tasks). Trace core strengths are SATCOM/multi-orbit, CDS, MPE, SE&I, FSR, and managed IT; no evidence of Troll OEM capability or radio manufacturing/LMR depot repair in the company profile.
Trace has relevant communications and O&M/logistics experience (e.g., Army FSR, DISA/USAF comms), but no documented FAA or CBP AMO past performance and no brand-specific Troll work (evidence: company_profile past performance list). Adjacent but not direct.
This is a market survey with competition approach TBD; not tied to a Trace-held prime vehicle. Access would likely be full/open or a follow-on FAA procurement outside Trace prime vehicles (evidence: notice text, no vehicle specified).
Strict Troll-only sourcing and repair strongly favors the OEM or authorized service centers/distributors. Trace has no documented Troll relationship or differentiator applicable here (evidence: brand restriction; company_profile lacks Troll/OEM tie).
High risk due to OEM-only requirement, depot-level repair/warranty obligations, aggressive TATs, and potential set-aside decision pending. New customer context (FAA/CBP AMO) and specialized packaging/FRACAS/QMS needs increase execution risk (evidence: SOW reporting/TAT/warranty/inventory requirements; notice indicates set-aside may be used).
Potential entry point to DHS/CBP AMO via FAA Logistics Center, but scope is narrow, brand-restricted, and in a lower-priority NAICS for Trace with limited broader leverage (evidence: NAICS 334220; brand-only parts list).
Notice requires vendors to confirm ability to provide specific Troll equipment with no substitutions and meet OEM-spec repairs. Company profile shows no Troll OEM/distributor/authorized-repair status; thus significant compliance gap at present (evidence: notice and SOW brand restriction; company_profile).
Concerns
- Brand-restricted requirement likely necessitates Troll OEM authorization or certified repair capability, which Trace lacks in provided evidence.
- Depot repair infrastructure, test equipment, and parts access may be required to meet 15/30/45-day TATs and warranty commitments.
- Potential small business/8(a)/SDVOSB set-aside could preclude Trace from prime competition depending on final decision.
- Inventory financing and management responsibilities increase cash flow and supply chain risk.
- New customer (FAA Logistics Center on behalf of CBP AMO) with specific QA/reporting standards (FRACAS) and packaging compliance.
- Short market survey response window limits time to establish OEM teaming or authorization.
Teaming opportunities
- Troll OEM manufacturer or authorized distributor for parts supply.
- Troll-authorized repair depot with required test equipment, spares, and ability to honor OEM warranties.
- Quality management and FRACAS reporting capability aligned to FAA standards.
- Reverse logistics/packaging compliance aligned to AJW-LWI-CF0077 and FAA processes.
Competitive position
- If teamed with Troll OEM/authorized depot, Trace can add program management, logistics coordination, and inventory management discipline to meet TATs and reporting cadence.
- Trace’s global field services and SE&I experience enable rapid on-site support and structured failure analysis/reporting for CBP AMO operations.
- OCC-style 24/7 monitoring and managed services models can underpin proactive RMA/repair workflows and government visibility.
Bid/No bid factors
- No substitutions—Troll brand only—strongly implies OEM/authorized source requirement.
- NAICS 334220 (manufacturing) is a lower-priority lane for Trace and outside core integration focus.
- Competition approach and set-aside are undecided; may become small business/8(a)/SDVOSB restricted.
- Depot-level repair TATs and warranty obligations without OEM backing present high execution risk.
Documents
Download all
SOW - AMO Troll Brand Equipment (updated 03-30-2026).docx
Download
Statement of Work for FAA Logistics Center work on behalf of CBP Air and Marine Operations to purchase, repair, upgrade, and provide engineering analysis for Troll-branded communications equipment; work to be executed via Delivery Orders (purchases) and Task Orders (repairs) covering a base year plus four option years. Key requirements include strict OEM (Troll) parts only, specified repair turnaround times (15/30/45 days by repair level), weekly FRACAS reporting, monthly status telecons, engineering studies with rapid on-site response (within 5 calendar days), management of long-lead inventory, and warranty/BER/NFF policies. Attachment 1a enumerates required Troll part numbers and assemblies to be procured and repaired.
- Scope: Purchase, repair, upgrade, and engineering studies for Troll-branded comms equipment on behalf of CBP AMO (FAA administers contract).
- Execution mechanism: Purchases via Delivery Orders (DO); repairs/upgrades via Task Orders (TO); contract term = base year + 4 option years.
- Brand restriction: Government requires Troll-branded items only; "No substitutions or other like items shall be accepted."
- Place of performance/operational context: Equipment used on Northern and Southern U.S. border; FAA Logistics Center/CBP partnership (interagency agreement).
- Repair turn-around times (TAT): Level 1 = 15 calendar days, Level 2 = 30 days, Level 3 = 45 days (inventory-dependent); expedited repairs possible.
- Reporting/deliverables: Weekly FRACAS spreadsheet with defined fields; Failure Analysis Reports within 5 days after completion; monthly status teleconference.
- Inventory/long-lead management: Contractor manages long-lead repair inventory, must reduce to zero and credit government at contract end; government may fund additional repair inventory.
- BER/NFF rules: BER if repair cost >75% of replacement price; contractor must notify CO and return asset timelines specified; NFF handled within 15-day notice and 10-day return rule.
- Quality/warranty: New items warranted 1 year; repaired items warranted 90 days; contractor must correct failures that recur within 90 days with specified TATs.
- Technical/engineering tasks: Contractor may perform Failure Mode Analysis, extended testing, travel to field sites, and provide in-depth study reports (5-day delivery) or biweekly progress for lengthy studies.
- Logistics: FAA coordinates shipment of assets to contractor; contractor responsible for return shipping; packaging/marking per AJW-LWI-CF0077 Provision 61.
- Contract oversight: COR may visit facility; single contractor POC required; CO name TBD; Contract Specialist: Ed Wright (edward.b.wright@faa.gov).
- Attachment 1a: Lists specific Troll parts and P/Ns (antennas, AX3000 series, cabling, DMR8000, crates, upgrade kits, controllers, etc.) relevant to procurement and repair scope.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 6580
Notice lineage:
- bbb90953b30849abaafe742de28b1c9f (posted 2026-03-30) - current
Last synced: 2026-03-31T11:19:50.025128+00:00
Last analyzed: 2026-03-30T23:45:01.626546+00:00
Latest package fingerprint: fdd9a4b6bd14e66f7a339bf65be11d0ef3fab8a3ebc966d896674fd3e7648e08
Latest package notice: bbb90953b30849abaafe742de28b1c9f
Latest package documents: 1
Recent package history- 2026-03-30T23:43:47.160751+00:00: bbb90953b30849abaafe742de28b1c9f with 1 docs
- 2026-03-30T20:13:13.555754+00:00: bbb90953b30849abaafe742de28b1c9f with 1 docs
Labels
Human notes
No human notes yet.