- 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
DIGAR Low-Power Mode
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.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541715
Description
DIGAR Low-Power Mode
- Action Code:
- Date: 26 February
- Year: 2026
- Contracting Office ZIP Code: 84056
- Product or Service Code: AC12
- Subject: Engineering Investigation for DIGAR-200 Automated Flight Mode and Thermal Management enhancements for F-16 Integration
- Proposed Solicitation Number: FA8232-26-DIGA
- Closing Response Date: 30 March 2026
- Contracting Officer: Benjamin Price
- Contract Award and Solicitation Number: FA8232
- Contract Award Dollar Amount: $150,000
- Line Item Number: 2
- Contract Award Date: 30 April 2026
- Contractor: BAE Systems Inc.
- Description:
- 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:
- Company Information: Company name, address, CAGE code, and primary point of contact (name, email, and phone number)
- 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.)
- 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.
- 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.
- Place of Contractor Performance: BAE Systems Inc.
- Set-aside Status: None, Sole-Source
- NAICS Code: 541715
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.