BAE DIGAR Support
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 Naval Surface Warfare Center Dahlgren Division (NSWCDD) is issuing a Sole Source Request for Quotation (RFQ) (N0017826Q6728) to BAE Systems for Digital GPS Anti-Jam Receiver (DIGAR) Support. This requirement is for specialized engineering services, labor, and travel to facilitate the transition of responsibilities and technical expertise for acquisition systems exclusive to BAE Systems. Quotations are due by April 14, 2026.
Scope of Work
The Statement of Work (SOW) outlines the need for 500 hours of dedicated engineering support for DIGAR system integration, troubleshooting proprietary software and hardware, and technical support for a seamless transition. Key tasks include:
- Planning, execution, and analysis of DIGAR testing at government-sponsored events.
- Post-event analysis with technical feedback and recommendations for system improvement.
- On-demand Subject Matter Expert (SME) support for GPS integration efforts.
- On-site DIGAR training for Dahlgren personnel.
- Modification of proprietary software to integrate the DIGAR system with associated platforms. Performance will primarily occur at Dahlgren, VA, and CONUS Test Event Locations.
Contract Details
- Type: Sole Source, Firm Fixed-Price (FFP) Request for Quotation (RFQ) under Simplified Acquisition Procedures.
- NAICS Code: 541330 (Engineering Services).
- PSC/FSC Code: R425 (Support- Professional: Engineering/technical).
- Place of Performance: Dahlgren, VA, and CONUS Test Event Locations.
- Security Requirements: The contractor must possess and maintain a SECRET facility clearance. Safeguarding of Controlled Unclassified Information (CUI) and adherence to Operations Security (OPSEC) are mandatory. No safeguarding of classified material is authorized at contractor facilities; it is only required at the actual performance site.
Deliverables
Key data deliverables, as specified in the Contract Data Requirements Lists (CDRLs), include:
- Bi-weekly Status Reports (CDRL A001): Documenting progress, accomplishments, difficulties, and resource expenditure, referencing DI-MGMT-80368A.
- Test/Inspection Report (CDRL A002): A final report due at the end of the contract period, detailing test results and analysis, referencing DI-NDTI-80809B.
Submission & Evaluation
- Quotation Due: April 14, 2026, by 12:00 p.m. EST.
- Basis for Award: Lowest Price Technically Acceptable (LPTA).
- Eligibility: Offerors must be registered in the System for Award Management (SAM) and provide documentation from the Original Equipment Manufacturer (OEM) confirming authorized reseller/distributor status. Quotations submitted without such documentation may not be considered.
- Contact: Taylor Embrey, taylor.r.embrey.civ@us.navy.mil.