Common Armament Tester for Fighter (CAT-F)
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 Department of the Air Force is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program. This solicitation aims to develop, manufacture, and sustain a common armament tester for F-16, F-15, and A-10 aircraft, capable of testing Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level maintenance. The acquisition will utilize Tradeoff Source Selection Procedures to award up to two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for System Design, with a final downselect to at least one contractor after Critical Design Review (CDR). The proposal due date is currently To Be Determined, as an upcoming Amendment 0003 will provide the revised date.
Scope of Work
The CAT-F system is intended to replace or augment legacy testers, be cyber secure, nuclear certified, and utilize a Modular Open System Architecture (MOSA). Key components include:
- O-Level Handheld Tester: For flightline pre-load and clean wing requirements, capable of independent operation and storing test results compatible with I-Level testers. A prototype plan for modifying a Non-Developmental Item (NDI) is required.
- Aircraft Specific O-Level Cable and Adapter Kits.
- I-Level Functional and Fault Isolation Tester: For backshop requirements, incorporating the O-Level Handheld tester.
- Aircraft Specific I-Level Cable and Adapter Kits. The program also addresses Diminishing Manufacturing Sources and Materiel Shortages (DMSMS) and obsolescence issues.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with a mix of Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF) pricing arrangements.
- Period of Performance: A 1-year Basic period for Prototype Design and Digital Development, followed by four 1-year Options. Option I is for Engineering and Manufacturing Development (EMD) and Production.
- Estimated Value: Minimum $10,000.00, Maximum $420,430,000.00.
- Initial Quantities (Prototypes): Two (2) each for F-16, F-15, and A-10 O-Level Handheld Tester Prototypes.
- Estimated Quantities (Options I-IV): 303 F-16 O-Level, 172 F-15 O-Level, 68 A-10 O-Level, 143 F-16 I-Level, 80 F-15 I-Level, 42 A-10 I-Level Testers. Note: LRIP quantities are subject to revision in Amendment 0003.
- Set-Aside: None specified.
- NAICS: 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, 750 employees).
- PSC: 4920 (Aircraft Maintenance And Repair Shop Specialized Equipment).
Key Requirements & Deliverables
Offerors must develop a Contractor Statement of Work (SOW), provide an Integrated Master Schedule (IMS), and a Surge Capability Plan. Technical manuals must adhere to S1000D/IETM standards. A Safety and Health Plan is required with the proposal. Numerous Contract Data Requirements Lists (CDRLs) specify required reports and documentation, including an Earned Value Management System (EVMS).
Submission & Evaluation
Proposals will be evaluated using Tradeoff Source Selection Procedures, with technical factors considered significantly more important than cost/price. The process involves an Initial Source Selection for System Design, followed by a Final Downselect after Critical Design Review (CDR). Non-Government Advisors will assist in proposal review. The proposal validity period has been extended to 730 days. Offerors must submit proposals in four volumes: Completed RFP, Written Technical Proposal, Small Business Participation, and Cost/Price Proposal. Smaller font sizes are allowed for charts and graphs if legible.
Important Notes
The proposal due date is To Be Determined. The SAM.gov system currently reflects March 17, 2026, but this is incorrect. An upcoming RFP Amendment 0003 will formally extend the due date, revise LRIP quantities, and incorporate other changes. Funds are not presently available, and no award will be made until funds are available. All comments, recommendations, concerns, and questions should be submitted to PCO Oya Harrison (oya.harrison.1@us.af.mil) or Contract Specialist Adam Hudson (adam.hudson.4@us.af.mil).