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 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 solicitation is for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a maximum value of $427,500,000.00. Proposals are due May 14, 2026, at 3:30 PM EDT.
Purpose & Scope
The CAT-F system aims to replace or augment legacy testers, address Diminishing Manufacturing Sources and Materiel Shortages (DMSMS) and obsolescence issues, and incorporate cyber security and a Modular Open System Architecture (MOSA) approach. Key components include O-Level Handheld Testers (two prototypes per aircraft type) and I-Level Functional and Fault Isolation Testers, along with aircraft-specific cable and adapter kits. Estimated production quantities for F-16, F-15, and A-10 O-Level and I-Level Testers are subject to revision by Amendment 0003.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ). The government intends to award up to two IDIQ contracts initially, with a final downselect to at least one contractor following Critical Design Review (CDR).
- 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. Option I is for Engineering and Manufacturing Development (EMD) and Production, to be exercised after the downselect.
- Minimum/Maximum Value: $10,000.00 minimum, $427,500,000.00 maximum.
- NAICS Code: 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (Small Business Size Standard: 750 employees).
- Product Service Code (PSC): 4920, Aircraft Maintenance And Repair Shop Specialized Equipment.
- Set-Aside: None specified.
Submission & Evaluation
- Source Selection: Tradeoff Source Selection Procedures will be utilized, with technical factors considered significantly more important than cost/price.
- Proposal Validity: Proposals must remain valid for 730 days.
- Required Volumes: Proposals must include a Completed RFP, a Written Technical Proposal, a Small Business Participation plan, and a Cost/Price Proposal.
- Key Requirements: Offerors must submit a contractor Statement of Work (SOW), an Integrated Master Schedule (IMS), and a Surge Capability Plan. A Safety and Health Plan is required with the proposal. Item Unique Identification (IUID) will be required for every tester produced.
- Attachments: Bidders should refer to the latest versions of attachments, including the Statement of Objectives (31 Mar 2026), Instructions to Offerors and Evaluation Basis for Award (09 Apr 2026), Excel Cost Model (20 Mar 2026), Total Resources Volume (19 Mar 2026), Cross Reference Matrix (27 Feb 2026), and CDRLs (25 Feb 2026).
Key Dates & Contacts
- Proposal Due Date: May 14, 2026, 3:30 PM EDT.
- Primary Contact (PCO): Brandi Owens, brandi.owens@us.af.mil
- Secondary Contact (Contract Specialist): Adam Hudson, adam.hudson.4@us.af.mil