Skip to content
Department of Defense

DIGAR Low-Power Mode

Solicitation: FA8232-26-DIGA
Notice ID: e4897147d5a44b9a8d3b08e31ffcb6af
TypeCombined Synopsis SolicitationNAICS 541715PSCAC12Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForcePostedFeb 26, 2026, 12:00 AM UTCDueMar 30, 2026, 11:00 PM UTCCloses in 32 days

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 30, 2026. Industry: NAICS 541715 • PSC AC12.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA8232-26-DIGA. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,798,312,096
Sector total $5,861,913,128,863 • Share 0.1%
Live
Median
$1,437,506
P10–P90
$468,962$9,051,255
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+39269%($4,773,997,495)
Deal sizing
$1,437,506 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Hill Afb, UT • 84056-5820 USA

Point of Contact

Name
Garrett Clawson
Email
garrett.clawson@us.af.mil
Phone
Not available
Name
Benjamin Price
Email
benjamin.price.12@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • FIGHTER AND ADVANCED AIRCRAFT • FA8232 AFLCMC WWMK
Contracting Office Address
Hill Afb, UT
84056-5820 USA

More in NAICS 541715

Description

DIGAR Low-Power Mode

  1. Action Code:                                                                              
  2. Date: 26 February
  3. Year: 2026
  4. Contracting Office ZIP Code: 84056
  5. Product or Service Code: AC12
  6. Subject: Engineering Investigation for DIGAR-200 Automated Flight Mode and Thermal Management enhancements for F-16 Integration
  7. Proposed Solicitation Number: FA8232-26-DIGA
  8. Closing Response Date: 30 March 2026
  9. Contracting Officer: Benjamin Price
  10. Contract Award and Solicitation Number: FA8232
  11. Contract Award Dollar Amount: $150,000
  12. Line Item Number: 2
  13. Contract Award Date: 30 April 2026
  14. Contractor: BAE Systems Inc.
  15. Description:
    1. NOTICE: This is a combined synopsis/solicitation as required by FAR 5.203(a)(2) & FAR 12.603. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Sub part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis. Additionally, this proposed contract action is for services/supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The anticipated source for this procurement is identified as following:

BAE Systems Inc

7825 6th Street SW

 Cedar Rapids, IA 52404

              1.0 Synopsis

The Department of Air Force (DAF), F-16 System Program Office (SPO), is conducting market research to identify source capable of performing an engineering investigation to enhance the thermal management of the BAE Systems Inc. Digital GPS Anti-Jam Receiver (DIGAR)-200 for F-16 Integration.

The purpose of this effort is to address operational limitations where the DIGAR-200’s internal temperatures approach critical limits during extended ground operations. The Government seeks to formalize a thermal management strategy by implementing an autonomous, temperature-based mode-switching logic.

The Period of Performance is anticipated to be six (6) months from contract award. The Government will provide up to three (3) DIGAR-200 units as Government Furnished Material (GFM) for the investigation.

2.0 Core Requirements

The Contractor shall conduct an engineering investigation to validate and refine a thermal management logic based on the DIGAR-200’s internal temperature, using a Government-provided thermal survey and MIL-STD-810 as a baseline. Key objectives include:

  • Defining a Three-Band Thermal Logic: The investigation will finalize the precise temperature thresholds for:
    • GREEN Band: Full Anti-Jam (AJ) Mode.
    • YELLOW Band: Low-Power Mode (while maintaining continuous Positioning, Navigation, and Time (PNT) data).
    • RED Band: An autonomous Recovery “safe mode” that allows the system to cool and gracefully restart without an external power cycle.
  • Meeting Key Performance Goals: The proposed solution must be demonstrated through analysis to meet a combined 90-minute ground operational performance requirement. This scenario includes an uninterrupted 20-minute Pre-flight System Checkout in the GREEN Band, followed by 70 minutes of extended ground operations where the system must not enter the RED Band.
  • Principal Deliverable: The primary deliverable is a formal Engineering Investigation Report (EIR) containing thermal analysis, trade studies, risk analysis, and actionable recommendations for a potential follow-on implementation phase.

While the SOW provides a baseline technical approach, interested sources are encouraged to propose alternative or improved solutions that meet or exceed the Government’s performance objectives.

3.0 Separate Pass-Through Requirement

This effort also includes a separate, pass-through task for the one-time delivery of an existing production-coded Operational Flight Program (OFP) for the GEM VII-2 SAASM-EGI receiver card. This software is already developed, and this task is for delivery only.

4.0 Information Requested from Interested Sources

Interested parties are requested to submit a capabilities statement or white paper (not to exceed 10 pages) that demonstrates their ability to perform the work described. The response should include:

  1. Company Information: Company name, address, CAGE code, and primary point of contact (name, email, and phone number)
  2. Business Size/Status: Business size (Small or Large) and any applicable socio-economic categories (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, etc.)
  3. Relevant Experience: A summary of recent and relevant contracts or projects (within the last 5 years) that demonstrate experience with:
    • Avionics thermal analysis and management.
    • F-16 systems integration and MIL-STD-1553.
    • GPS/PNT Systems.
    • Software/firmware analysis for embedded systems.
  4. Technical Understanding: A brief discussion of your understanding of the challenges and your company’s potential approach to the investigation.

              PSC: AC12

The Government anticipated awarding a 500-hour T&M Contract to satisfy the requirement.

              CLIN 0001: Program Manager/Engineer Hourly Rate

              CLIN 0002: Data, NSP

Authority 10 U.S.C. 2304 (C)(1): Services required under this combined synopsis/solicitation are available from only one responsible source and no other type of services will satisfy agency requirements.

All responsible sources may submit a capability statement, proposal, or quotation, which will be considered by the agency.

Foreign contractor participation is not permitted at the prime contractor level.

The proposed contract action is one for which the Government intends to solicit and negotiate with only one source under the Authority of FAR 6.302-1. If your firm does not agree with this determination, please provide evidence of your firm’s capabilities and experience in providing the above services for evaluation. A decision by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.

  1. Place of Contractor Performance: BAE Systems Inc.
  2. Set-aside Status: None, Sole-Source
  3. NAICS Code: 541715

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.