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, AFLCMC ROKB, is soliciting proposals for the Common Armament Tester for Fighter (CAT-F) program. This effort involves the development, manufacture, and sustainment of a common armament tester for F-16, F-15, and A-10 platforms, supporting 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 May 14, 2026, at 3:30 PM EDT.
Purpose & Scope
The CAT-F system aims to replace or augment legacy testers, ensuring cyber security, nuclear certification, and utilizing a Modular Open System Architecture (MOSA) approach. It will address Diminishing Manufacturing Sources and Materiel Shortages (DMSMS) and obsolescence issues. Key components include O-Level Handheld Testers (two prototypes each for F-16, F-15, A-10), Aircraft Specific O-Level Cable and Adapter Kits, I-Level Functional and Fault Isolation Testers (capable of O-Level testing), and Aircraft Specific I-Level Cable and Adapter Kits. Offerors must provide a prototype plan for Non-Developmental Item (NDI) modification.
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.
- Period of Performance: A 1-year basic period and four 1-year options.
- Value: Minimum contract value of $10,000.00, with a maximum of $427,500,000.00.
- Set-Aside: None (Full and Open Competition).
- NAICS: 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals), Small Business Size Standard of 750 employees.
- PSC: 4920 (Aircraft Maintenance And Repair Shop Specialized Equipment).
Proposal & Evaluation
Proposals will be evaluated using Tradeoff Source Selection Procedures, with technical factors considered significantly more important than cost/price. The initial source selection will narrow the competitive field to no more than two contractors for CAT-F System Design. A final downselect will occur after Critical Design Review (CDR). Proposals must be submitted in four volumes: Completed RFP, Written Technical Proposal (maximum 130 pages), Small Business Participation, and Cost/Price Proposal. An Earned Value Management System (EVMS) and an Intellectual Property Plan are required. A Safety and Health Plan must be included with the proposal.
Key Dates & Contacts
- Proposal Due Date: May 14, 2026, 3:30 PM EDT.
- Primary Contact: Brandi Owens, PCO (brandi.owens@us.af.mil).
- Secondary Contact: Adam Hudson, Contract Specialist (adam.hudson.4@us.af.mil).