Combat Identification Automated Target Recognition Technology (CATCH) Call 06

SOL #: FA237726RB005Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2377 USAF AFMC AFRL PZL AFRL RYKS
WRIGHT PATTERSON AFB, OH, 45433-7541, United States

Place of Performance

Wright Patterson AFB, OH

NAICS

Research and Development in the Physical (541715)

PSC

National Defense R&D Services; Department Of Defense Military; Applied Research (AC12)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 29, 2026
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Mar 2, 2026, 10:00 PM

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 Department of the Air Force Research Laboratory (AFRL) is seeking advanced multi-sensor, multi-platform fusion solutions for air-to-ground automatic target recognition (ATR) under the Combat Identification Automated Target Recognition Technology (CATCH) Call 06 program, referred to as Universal Multi-sensor Processing for Intelligent Recognition and Evaluation (UMPIRE). This unrestricted solicitation aims to mature algorithmic solutions from TRL-3+ to TRL-7 over a 4-5 year period. Proposals are due March 2, 2026, at 5:00 PM EDT.

Scope of Work

This effort focuses on developing advanced multi-sensor, multi-platform fusion solutions for air-to-ground ATR, including algorithm development, validation, system integration, demonstration, and transition. The goal is to mature existing Air Force platforms and algorithmic solutions to TRL-7.

Contract & Timeline

  • Contract Type: Anticipated Cost Plus Fixed Fee (CPFF)
  • Estimated Value: $15,000,000.00 (with the right to exceed)
  • Period of Performance: 60 months technical PoP (plus 3 months for final reporting), totaling 63 months.
  • Set-Aside: Unrestricted
  • NAICS Code: 541715 (Research and Development in the Physical, Engineering, and Life Sciences)
  • Size Standard: 1000 employees
  • Proposal Due: March 2, 2026, 5:00 PM Wright-Patterson AFB local time (EDT)
  • Published: January 29, 2026
  • Place of Performance: Wright Patterson AFB, OH

Key Requirements & Deliverables

  • Deliverables: Data Items (per CDRLs), Software, Hardware (TBD based on proposal). Specific CDRLs include Scientific and Technical Reports, Funds and Man-Hour Expenditure Reports, Status Reports, Software User Manuals, Test Plans, and Computer Software Products (including source code).
  • Security: US citizenship required for individuals, TS/SCI and SAP security clearance levels. Subject to Export Control (ITAR). CMMC Level 2 assessment required at time of award.
  • Personnel: Key positions require minimum qualifications; non-U.S. citizens require waiver for base access.
  • Compliance: Adherence to Operations Security (OPSEC), Science and Technology (S&T) Protection Plans, and Risk Identification and Security Countermeasures (RISC) requirements.

Submission & Evaluation

  • Submission: Electronic submission to Contracting POCs (Joe Mergler, Omar Eldadah). DoD SAFE link available upon request by February 26, 2026.
  • Evaluation Criteria: Technical Merit is the first priority, followed by Cost/Price. Proposals will be categorized as Selectable or Not Selectable.
  • Security Risk Review: Applicants must submit a Research and Related Senior and Key Person Profile Worksheet, Security Program Questionnaire, and Privacy Act Statement consent form for "Covered Individuals." This review identifies potential foreign influence and is critical for evaluation.

Additional Notes

Funds are not presently available, and no award will be made until funds are available. The Government reserves the right to cancel the solicitation. Offerors must ensure SAM.gov representations and certifications are current. Placeholder documents for the Statement of Objectives (SOO), DD254, and Government Furnished Information (GFI) are available upon request from the Program Engineer or Contracting Officer.

People

Points of Contact

Kameron GrubaughPRIMARY
Omar EldadahSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 29, 2026
Combat Identification Automated Target Recognition Technology (CATCH) Call 06 | GovScope