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) program. This effort requires the development, manufacture, and sustainment of a common armament tester for F-16, F-15, and A-10 aircraft, 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. Proposals are due May 14, 2026, at 4:30 PM EDT.
Scope of Work
The CAT-F system must be cyber secure, nuclear certified, and utilize a Modular Open System Architecture (MOSA) approach. Key components include O-Level Handheld Testers, I-Level Functional and Fault Isolation Testers, and Aircraft Specific Cable and Adapter Kits for each platform. The system aims to replace or augment legacy testers and address Diminishing Manufacturing Sources and Materiel Shortages (DMSMS) and obsolescence issues. A prototype plan for Non-Developmental Item (NDI) modification is required within 10 months of contract award for the O-Level Handheld Tester.
Contract Details
This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a 1-year basic period and four 1-year options. The minimum contract value is $10,000.00, and the maximum is $427,500,000.00. Pricing arrangements will include Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF). The initial source selection will award up to two IDIQ contracts for CAT-F System Design, followed by a final downselect to at least one contractor after Critical Design Review (CDR) for Engineering and Manufacturing Development (EMD) and Production.
Key Requirements & Deliverables
Offerors must propose solutions for estimated quantities including 303 F-16 O-Level Testers, 172 F-15 O-Level Testers, 68 A-10 O-Level Testers, 143 F-16 I-Level Testers, 80 F-15 I-Level Testers, and 42 A-10 I-Level Testers during the option periods. Required deliverables include a contractor Statement of Work (SOW), expected Contract Data Requirements Lists (CDRLs), an Integrated Master Schedule (IMS), and an Intellectual Property Plan. An Earned Value Management System (EVMS) is required.
Submission & Evaluation
Proposals will be evaluated using Tradeoff Source Selection Procedures, with technical factors considered significantly more important than cost/price. Non-Government Advisors will assist in the review. Proposals must be submitted electronically, with Volume II (Written Technical Proposal) having an increased page limit of 130 pages. The proposal validity period is 730 days. Offerors must address Intellectual Property Rights, Small Business Participation, and provide detailed cost models.
Important Updates
The proposal due date has been extended multiple times, with the latest extension to May 14, 2026, at 4:30 PM EDT. Recent amendments (0004 and 0005) incorporated new contract clauses, revised the non-government advisor provision (K-900), and updated Attachments 3 and 4. Industry Questions and Answers (latest 22 April 2026) clarified various aspects including I-Level tester capabilities, CLIN structure, and the requirement for an Intellectual Property Plan.