Common Armament Tester for Fighter (CAT-F)

SOL #: FA8533-25-R-0002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8533 AFLCMC ROKB
ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Place of performance not available

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Aircraft Maintenance And Repair Shop Specialized Equipment (4920)

Set Aside

No set aside specified

Timeline

1
Posted
Aug 5, 2025
2
Last Updated
Mar 6, 2026
3
Submission Deadline
Dec 31, 2026, 8:30 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 is soliciting proposals for the Common Armament Tester for Fighter (CAT-F) program. This effort involves the development, manufacture, and sustainment of 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 solicitation is currently under protest, and the proposal due date is Indefinite, though SAM.gov displays December 31, 2026, as a placeholder. An RFP Amendment 0002 is anticipated NLT two weeks from February 17, 2026.

Scope of Work

The CAT-F system will include O-Level Handheld testers, Aircraft Specific O-Level Cable and Adapter Kits, I-Level Functional and Fault Isolation testers, and Aircraft Specific I-Level Cable and Adapter Kits. The system aims to replace or augment legacy testers, address obsolescence, and incorporate cybersecurity and a Modular Open System Architecture (MOSA) approach. Estimated quantities for the basic contract include 4 prototypes each for F-16, F-15, and A-10 O-Level Handheld Testers. Options I-IV include significant quantities of O-Level and I-Level testers for all three platforms.

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.
  • Duration: 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.
  • Value: Minimum $10,000.00, Maximum $420,430,000.00.
  • Set-Aside: None specified.
  • NAICS: 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals), Small Business Size Standard: 750 employees.
  • PSC: 4920 (Aircraft Maintenance And Repair Shop Specialized Equipment).

Acquisition Strategy & Evaluation

This acquisition utilizes Tradeoff Source Selection Procedures and involves a two-phase process. An Initial Source Selection will result in the award of up to two IDIQ contracts for CAT-F System Design. A Final Downselect will occur after Critical Design Review (CDR), leading to at least one contractor proceeding with Option I (EMD and Production). Technical factors are considered significantly more important than cost/price.

Submission Requirements

Proposals must be submitted electronically via encrypted email and are organized into four volumes:

  • Volume I: Completed RFP (signed RFP, amendments, cover letter).
  • Volume II: Written Technical Proposal (Systems Engineering, SOW, MOSA, IP Rights, Technical Data Risk Mitigation, IMS, Program Protection).
  • Volume III: Small Business Participation.
  • Volume IV: Cost/Price Proposal (detailed cost model, financial responsibility). Offerors must adhere to specific formatting and submission instructions. Access to the bidder's library requires a completed DD Form 2345.

Key Updates & Clarifications

  • Proposal Due Date: Currently Indefinite due to a protest; SAM.gov shows 31 Dec 2026 as a placeholder. An RFP Amendment 0002 is expected NLT two weeks from February 17, 2026.
  • Contract Start Date: Estimated August 13, 2027.
  • Prototype Testers: The RFP requires two prototype testers per aircraft (six total).
  • Safety and Health Plan: Required to be delivered with the proposal, embedded in SOW Section 3.6.
  • Intellectual Property: Attachment 15 details government rights to IP, licenses, and marking requirements.
  • Technical Manuals: Must comply with S1000D/IETM and MIL-STD-3048C.

People

Points of Contact

Oya HarrisonPRIMARY
Alexis DavisSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 12
Solicitation
Posted: Mar 6, 2026
View
Version 11
Solicitation
Posted: Feb 25, 2026
View
Version 10
Solicitation
Posted: Feb 23, 2026
View
Version 9
Solicitation
Posted: Feb 19, 2026
View
Version 8
Solicitation
Posted: Feb 18, 2026
View
Version 7
Solicitation
Posted: Feb 18, 2026
View
Version 6
Solicitation
Posted: Feb 17, 2026
View
Version 5Viewing
Solicitation
Posted: Feb 17, 2026
Version 4
Solicitation
Posted: Sep 22, 2025
View
Version 3
Solicitation
Posted: Sep 18, 2025
View
Version 2
Solicitation
Posted: Sep 4, 2025
View
Version 1
Solicitation
Posted: Aug 5, 2025
View