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) system. This effort requires the development, manufacture, and sustainment of a common armament tester for the 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 final downselect to at least one contractor after Critical Design Review (CDR). Proposals are due March 17, 2026, at 3:30 PM EDT.
Scope of Work
The CAT-F system aims to replace or augment legacy testers, be cyber secure, nuclear certified, and utilize a Modular Open System Architecture (MOSA). Key requirements include the development of O-Level Handheld Testers (with a prototype plan for Non-Developmental Item modification), Aircraft Specific O-Level Cable and Adapter Kits, I-Level Functional and Fault Isolation Testers (incorporating the O-Level Handheld tester), and Aircraft Specific I-Level Cable and Adapter Kits. Estimated quantities for prototypes have been revised to two per aircraft type. The contract also covers product support, logistics, technical manual development adhering to S1000D/IETM standards, and compliance with extensive industrial safety and health requirements.
Contract Details
This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a potential maximum value of $420,430,000.00 and a minimum of $10,000.00. The period of performance includes a 1-year basic period and four 1-year options. Pricing arrangements will utilize a mix of Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF). The NAICS code is 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals) with a 750-employee size standard, and the PSC is 4920 (Aircraft Maintenance And Repair Shop Specialized Equipment). No set-aside is specified.
Submission & Evaluation
Proposals are due March 17, 2026, at 3:30 PM EDT, with a required validity period of 730 days. Submissions must be electronic via encrypted email or DoD SAFE, organized into four volumes: Completed RFP, Written Technical Proposal, Small Business Participation, and Cost/Price Proposal. Evaluation will follow Tradeoff Source Selection Procedures, where technical factors are considered significantly more important than cost/price. Offerors must provide a contractor Statement of Work (SOW), an Integrated Master Schedule (IMS), and a Surge Capability Plan.
Key Updates & Actions
RFP Amendment 0002 extended the proposal due date and revised prototype quantities. Several FAR/DFARS clauses were updated, and Attachment 15 (Intellectual Property Rights) was removed. RFP Attachment 6_Excel Cost Model (dated 15 Sep 2025) is currently unavailable on SAM.gov; bidders must email oya.harrison.1@us.af.mil to request it. Access to the bidder's library requires a completed DD Form 2345. Funds are not presently available, and award is contingent upon fund availability.