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 utilize a Tradeoff Source Selection process, aiming to award up to two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a final downselect to at least one contractor following Critical Design Review (CDR). Proposals are due March 17, 2026, at 3:30 PM EDT.
Scope of Work
The CAT-F system will replace or augment legacy testers, address Diminishing Manufacturing Sources and Materiel Shortages (DMSMS), and incorporate cyber security and a Modular Open System Architecture (MOSA) approach. Key components include:
- O-Level Handheld Testers: For flightline pre-load and clean wing requirements (F-16, F-15, A-10).
- I-Level Functional and Fault Isolation Testers: For backshop requirements (F-16, F-15, A-10), incorporating the O-Level Handheld tester.
- Aircraft-Specific Cable and Adapter Kits: For both O-Level and I-Level testing.
Estimated quantities for the basic contract include two (2) O-Level Handheld Tester Prototypes for each F-16, F-15, and A-10. Option years include significant quantities of O-Level and I-Level Testers and Kits 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 and four (4) one-year Options.
- Estimated Value: Minimum $10,000.00, Maximum $420,430,000.00.
- Set-Aside: None specified (Full and Open Competition).
- 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.
Key Requirements / Deliverables
Offerors must propose solutions that expedite development, production, and fielding, reduce legacy equipment footprint, and minimize DMSMS. Required submissions include a contractor-developed Statement of Work (SOW), an Integrated Master Schedule (IMS), and a Surge Capability Plan. Technical manuals must comply with S1000D/IETM standards. A Safety and Health Plan is also required with the proposal.
Submission & Evaluation
Proposals will be evaluated using Tradeoff Source Selection Procedures in accordance with DoD Source Selection Procedures. Technical factors are considered significantly more important than cost/price. Proposals must be submitted electronically via encrypted email or DoD SAFE, organized into four volumes: Completed RFP, Written Technical Proposal, Small Business Participation, and Cost/Price Proposal. The required proposal validity period is 730 days.
Important Updates / Notes
Amendment 0002, posted February 17, 2026, extended the proposal due date to March 17, 2026, 3:30 PM EDT, and revised the proposal validity period. It also reduced prototype quantities for the basic contract from four to two for each aircraft type (F-16, F-15, A-10). Several attachments, including the Statement of Objectives, CDRLs, Instructions to Offerors, Cost Model, and Technical Manual Contract Requirements, have been updated. Notably, the Organizational Conflict of Interest (OCI) clause (DAFFARS 5352.209-9000) has been deleted, and Attachment 15 (Intellectual Property Rights) has been removed.