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
Mar 17, 2026, 7:30 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 requires the development, manufacture, and sustainment of a common armament tester for F-16, F-15, and A-10 aircraft. The system will support O-Level (flightline) and I-Level (backshop) maintenance for Preload, Clean Wing, and Fault Isolation Requirements. Proposals are due March 17, 2026, at 3:30 PM EDT.

Opportunity Overview

The CAT-F program aims to replace or augment legacy testers with a cyber-secure, nuclear-certified system utilizing a Modular Open System Architecture (MOSA). It also addresses Diminishing Manufacturing Sources and Materiel Shortages (DMSMS) and obsolescence. The requirement for an A-10 Level Tester is confirmed despite the aircraft's scheduled retirement.

Contract Details

This acquisition will result in up to two Indefinite Delivery Indefinite Quantity (IDIQ) contracts following an Initial Source Selection, with a Final Downselect to at least one contractor after Critical Design Review (CDR). The initial award is for CAT-F System Design. The contract period of performance includes a 1-year basic period for Prototype Design and Digital Development, followed by four 1-year options, with Option I for Engineering and Manufacturing Development (EMD) and Production. Pricing arrangements will include Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF). The maximum contract value is $420,430,000.00, with a minimum of $10,000.00. 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. No set-aside is specified.

Key Requirements & Deliverables

The CAT-F system components include O-Level Handheld Testers, I-Level Functional and Fault Isolation Testers, and aircraft-specific Cable and Adapter Kits for F-16, F-15, and A-10 platforms. Estimated prototype quantities for the basic period are two each for F-16, F-15, and A-10 O-Level Handheld Testers. Production quantities for options include hundreds of O-Level and I-Level testers and kits across the three platforms. Offerors must provide a contractor Statement of Work (SOW), an Integrated Master Schedule (IMS), and a Surge Capability Plan. Technical manuals must comply with S1000D/IETM standards. An Industrial Safety & Health Plan (ESOH Plan) is also required. Various Contract Data Requirements Lists (CDRLs) specify required reports and documentation.

Submission & Evaluation

Proposals will be evaluated using Tradeoff Source Selection Procedures, where technical factors are significantly more important than cost/price. Non-Government Advisors will assist in the review. Proposals must be submitted in four volumes: Completed RFP, Written Technical Proposal, Small Business Participation, and Cost/Price Proposal. Electronic submission via encrypted email or DoD SAFE is required. The proposal validity period has been extended to 730 days.

Important Updates

Amendment 0002 (February 17, 2026) extended the proposal due date to March 17, 2026, revised prototype quantities, added "Surge - Expedited Delivery" CLINs, updated Limitation of Liability for many CLINs, and revised numerous FAR/DFARS clauses (notably deleting the Organizational Conflict of Interest clause). Several attachments (2, 3, 4, 6, 9, 11) have been replaced with updated versions, and Attachment 15 (Intellectual Property Rights) has been removed. An issue with RFP Attachment 6_Excel Cost Model (15 Sep 2025 version) is currently being resolved.

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
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 9Viewing
Solicitation
Posted: Feb 19, 2026
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 5
Solicitation
Posted: Feb 17, 2026
View
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