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 platforms, capable of testing Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The proposal due date is currently Indefinite due to a protest.
Scope of Work
The CAT-F system will replace or augment legacy testers, address obsolescence, and incorporate cybersecurity and a Modular Open System Architecture (MOSA) approach. Key components include:
- O-Level Handheld Tester: For flightline pre-load and clean wing requirements.
- Aircraft Specific O-Level Cable and Adapter Kit.
- I-Level Functional and Fault Isolation Tester: For backshop requirements, incorporating the O-Level Handheld tester.
- Aircraft Specific I-Level Cable and Adapter Kit. The program requires two prototype testers per aircraft (six total) during the basic period.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: 1-year Basic period + four 1-year Options.
- Pricing: Mix of Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF).
- Set-Aside: None specified.
- Estimated Quantities (Basic): 4 each for F-16, F-15, A-10 O-Level Handheld Tester Prototypes.
- Estimated Quantities (Options I-IV): 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, 42 A-10 I-Level Testers.
- Estimated Contract Award Date: August 13, 2027.
Submission & Evaluation
- Process: Two-phase source selection using Tradeoff Procedures. Initial phase awards up to two IDIQ contracts for System Design, followed by a Final Downselect to at least one contractor after Critical Design Review (CDR) for EMD and Production.
- Proposal Volumes: Four volumes required: Completed RFP, Written Technical Proposal, Small Business Participation, and Cost/Price Proposal.
- Evaluation Factors: Technical factors are significantly more important than cost/price.
- Key Requirements: Offerors must develop a Statement of Work (SOW), Integrated Master Schedule (IMS), and Surge Capability Plan.
- Submission: Electronically via encrypted email or DoD SAFE.
Key Updates & Attachments
- Proposal Due Date: Extended to Indefinite due to a protest (originally Sep 22, 2025). SAM.gov reflects 31 Dec 2026 as a placeholder.
- Clarifications: Industry Q&A confirmed A-10 tester requirement, CPFF for prototype design and FFP for prototype build, font size exceptions, removal of certain DFARS clauses, and IUID requirement for testers.
- Important Attachments: Include detailed CDRLs, Safety Plan, Excel Cost Model, Total Resources Volume (BOE), Technical Manual Contract Requirements (S1000D/IETM), and Intellectual Property Rights. DD Form 254 is not required.
Contacts
- PCO: Oya Harrison (oya.harrison.1@us.af.mil)
- Contract Specialist: Alexis Davis (alexis.davis.13@us.af.mil)