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 soliciting proposals for the Common Armament Tester for Fighter (CAT-F) program. This effort requires the development, manufacture, and sustainment of a common armament tester for F-16, F-15, and A-10 platforms, capable of testing Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The acquisition will result in up to two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a downselect to at least one contractor after Critical Design Review (CDR). Proposals are due March 17, 2026, at 3:30 PM EDT.
Opportunity Overview
This solicitation seeks innovative solutions for a cyber-secure, nuclear-certified armament tester utilizing a Modular Open System Architecture (MOSA). The program aims to replace or augment legacy testers and address Diminishing Manufacturing Sources and Materiel Shortages (DMSMS) and obsolescence issues. The estimated contract award date is August 13, 2027.
Scope of Work & Deliverables
The CAT-F system includes 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. Prototype quantities for O-Level Handheld Testers for F-16, F-15, and A-10 have been revised to two each. Production quantities for Options I-IV include 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, and 42 A-10 I-Level Testers. Offerors must develop an Environmental, Safety, and Occupational Health (ESOH) Plan and adhere to stringent technical manual requirements (S1000D/IETM). Numerous Contract Data Requirements Lists (CDRLs) specify required reports and documentation.
Contract Details
This is a full and open competition utilizing Tradeoff Source Selection Procedures. The IDIQ contracts will use a mix of Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF) pricing arrangements. The Period of Performance includes a 1-year Basic for Prototype Design and Digital Development, followed by four 1-year Options for EMD and Production. The contract has a minimum value of $10,000.00 and a maximum of $420,430,000.00. The NAICS code is 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals) with a 750-employee small business size standard, and the PSC is 4920 (Aircraft Maintenance And Repair Shop Specialized Equipment).
Submission & Evaluation
Proposals must be prepared in accordance with detailed instructions in RFP Attachment 4 (Sections L-900, L-901, M-900, M-901) and submitted in four volumes: Completed RFP, Written Technical Proposal, Small Business Participation, and Cost/Price Proposal. Technical factors are considered significantly more important than Cost/Price. Offerors must use the provided Excel cost model (Attachment 6) and be prepared for a pre-award accounting system survey. The required proposal validity period has been extended to 730 days. Notably, DAFFARS 5352.209-9000 (Organizational Conflict of Interest) has been deleted, and Attachment 15 (Intellectual Property Rights) has been removed. Non-Government Advisors will assist in proposal review.
Key Dates & Contacts
Proposals are due March 17, 2026, at 3:30 PM EDT. For questions, contact PCO Oya Harrison (oya.harrison.1@us.af.mil) or Contract Specialist Alexis Davis (alexis.davis.13@us.af.mil).