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
Apr 30, 2026
3
Submission Deadline
May 14, 2026, 8:30 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 (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 aircraft. The acquisition will result in up to two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum value of $427.5 million. Proposals are due May 14, 2026, at 4:30 PM EDT.

Opportunity Overview

The CAT-F program aims to replace or augment legacy testers, providing cyber-secure, nuclear-certified testing capabilities at both Organizational (O-Level) and Intermediate (I-Level) maintenance. The system must utilize a Modular Open System Architecture (MOSA) and address Diminishing Manufacturing Sources and Materiel Shortages (DMSMS) and obsolescence. The acquisition follows a two-phase Tradeoff Source Selection process: an initial phase for CAT-F System Design leading to up to two IDIQ awards, followed by a final downselect to at least one contractor after Critical Design Review (CDR) for Engineering and Manufacturing Development (EMD) and Production.

Contract Details

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ)
  • Pricing: Mix of Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF)
  • Period of Performance: 1-year Basic period for Prototype Design and Digital Development, followed by four 1-year Options. Option I is for EMD and Production, exercised after downselect.
  • Minimum Value: $10,000.00
  • Maximum Value: $427,500,000.00
  • 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)
  • Set-Aside: None specified

Key Requirements & Deliverables

The CAT-F system includes 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. Initial prototype quantities are revised to two (2) each for F-16, F-15, and A-10 O-Level Handheld Testers. Estimated quantities for Options I-IV include 303 F-16 O-Level, 172 F-15 O-Level, 68 A-10 O-Level, 143 F-16 I-Level, 80 F-15 I-Level, and 42 A-10 I-Level Testers. Offerors must submit a prototype plan for Non-Developmental Item (NDI) modification within 10 months of contract award. An Earned Value Management System (EVMS) is required and will be incorporated into the Integrated Program Management Data & Analysis Report (IPMDAR).

Submission & Evaluation

  • Proposal Due Date: May 14, 2026, 4:30 PM EDT.
  • Proposal Validity: 730 days.
  • Submission: Electronic via encrypted email or DoD SAFE. Only one proposal per offeror.
  • Volumes: Completed RFP, Financial Responsibility, Technical Proposal (Volume II, 130-page limit), Small Business Participation, and Cost/Price Proposal (using provided Excel models).
  • Required Documents: Contractor Statement of Work (SOW), expected Contract Data Requirements Lists (CDRLs), Integrated Master Schedule (IMS), Intellectual Property Plan, and Surge Capability Plan.
  • Evaluation: Tradeoff Source Selection, with technical factors significantly more important than cost/price for initial selection. The final downselect for Option I will be based on prototype reviews and vendor documentation, not a written technical proposal. Small Business Participation is a key evaluation factor.

Important Notes

RFP Amendment 0004 extended the proposal due date and updated Attachments 3 (SOO) and 4 (Sections L/M). Offerors should review all updated sections and clauses, particularly regarding contract values, CLINs, and incorporated clauses, to ensure compliant proposals. Access to the bidder's library requires a completed DD Form 2345.

People

Points of Contact

Brandi OwensPRIMARY
Adam HudsonSECONDARY

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
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 17
Solicitation
Posted: Apr 30, 2026
View
Version 16Viewing
Solicitation
Posted: Apr 23, 2026
Version 15
Solicitation
Posted: Apr 22, 2026
View
Version 14
Solicitation
Posted: Apr 14, 2026
View
Version 13
Solicitation
Posted: Mar 30, 2026
View
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 9
Solicitation
Posted: Feb 19, 2026
View
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