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, a full and open competition to develop, manufacture, and sustain armament testers for F-16, F-15, and A-10 aircraft. This effort will result in up to two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a downselect to at least one contractor after Critical Design Review. Proposals are due March 17, 2026, at 3:30 PM EDT.
Purpose & Scope
This Request for Proposal (RFP) seeks solutions for a CAT-F system capable of testing Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) maintenance. The system aims to replace or augment legacy testers, be cyber secure, nuclear certified, and utilize a Modular Open System Architecture (MOSA). It also addresses Diminishing Manufacturing Sources and Materiel Shortages (DMSMS) and obsolescence.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
- Acquisition Strategy: Two-phase source selection. Initial phase awards up to two IDIQ contracts for CAT-F System Design. A final downselect occurs after Critical Design Review (CDR) to at least one contractor for Engineering and Manufacturing Development (EMD) and Production.
- Pricing Arrangements: Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF).
- Period of Performance: A 1-year basic period for Prototype Design and Digital Development, followed by four 1-year options.
- Estimated Values: Minimum $10,000; Maximum $420,430,000.
- Prototype Quantities (Basic): Two (2) each for F-16, F-15, and A-10 O-Level Handheld Tester Prototypes.
- Estimated Production Quantities (Options I-IV): F-16 (303 O-Level, 143 I-Level), F-15 (172 O-Level, 80 I-Level), A-10 (68 O-Level, 42 I-Level) testers, plus associated cable/adapter kits.
- Set-Aside: None (Full and Open Competition).
Key Requirements & Deliverables
Offerors must propose O-Level Handheld Testers and I-Level Functional and Fault Isolation Testers, along with aircraft-specific cable and adapter kits. Key deliverables include a contractor-developed Statement of Work (SOW), an Integrated Master Schedule (IMS), and a Surge Capability Plan. Extensive Contract Data Requirements Lists (CDRLs) are specified, covering items like Briefing Material, IPMDAR, SEMP, Cybersecurity Test Plans, and Technical Data Packages. Technical Manual Contract Requirements (TMCR) mandate S1000D/IETM compliance. A comprehensive Industrial Safety & Health Plan is also required. Government Furnished Property (GFP) will be provided, including various missile launchers and aircraft components.
Submission & Evaluation
Proposals must be submitted electronically via encrypted email or DoD SAFE and are organized into four volumes: Completed RFP, Written Technical Proposal, Small Business Participation, and Cost/Price Proposal. Evaluation will use Tradeoff Source Selection Procedures, with technical factors considered significantly more important than cost/price. The proposal validity period is 730 days. A pre-award survey of the prospective contractor's accounting system will be conducted for cost-type contracts.
Important Notes
Non-Government Advisors will assist in proposal review. Funds are not presently available, and award is contingent upon funding. Packaging must comply with AFMC Form 158 and MIL-STD-2073-1. Transportation data, including F.O.B. terms and shipping instructions, are provided.
Response Date
Proposals are due by March 17, 2026, at 3:30 PM EDT.