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 involves the development, manufacture, and sustainment of a common armament tester for F-16, F-15, and A-10 aircraft, supporting both Organizational (O-Level) and Intermediate (I-Level) maintenance. The acquisition will utilize a Tradeoff Source Selection process, leading to up to two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for System Design, with a final downselect after Critical Design Review (CDR) for Engineering and Manufacturing Development (EMD) and Production. The proposal due date is currently To Be Determined (TBD), with RFP Amendment 0003 expected to provide an extension and further revisions.
Scope of Work
The CAT-F system aims to replace or augment legacy testers, incorporating cyber security, nuclear certification, and a Modular Open System Architecture (MOSA). It will address Diminishing Manufacturing Sources and Materiel Shortages (DMSMS). Key components include O-Level Handheld Testers, aircraft-specific Cable and Adapter Kits, and I-Level Functional and Fault Isolation Testers. Initial prototype quantities are set at two units each for F-16, F-15, and A-10 O-Level Handheld Testers. Production quantities are estimated at 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, though these LRIP quantities are subject to further reduction by Amendment 0003.
Contract Details
This is a full and open competition utilizing IDIQ contracts with a mix of Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF) pricing. The Period of Performance includes a 1-year Basic period for Prototype Design and Digital Development, followed by four 1-year Options. Option I covers EMD and Production, to be exercised after the downselect. The NAICS code is 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals) with a 750-employee size standard, and PSC 4920.
Proposal Requirements & Evaluation
Proposals must be submitted electronically via encrypted email or DoD SAFE and will be evaluated through a Tradeoff Source Selection, where technical factors are significantly more important than cost/price. Required proposal volumes include a Completed RFP, Written Technical Proposal, Small Business Participation plan, and a Cost/Price Proposal utilizing the provided Excel Cost Model. Offerors must develop a Statement of Work (SOW), Integrated Master Schedule (IMS), and Surge Capability Plan. The proposal validity period is 730 days. The Option I down-select will be based on prototype reviews and vendor documentation, not a new technical proposal.
Key Updates & Contacts
Recent updates indicate that RFP Amendment 0003 is forthcoming within two weeks (as of March 30, 2026), which will extend the proposal due date (currently TBD), reduce LRIP quantities, incorporate Long Lead Item CLINs, and revise attachments (including the Cost Model and Cross-Reference Matrix). The issue with RFP Attachment 6 Excel Cost Model has been resolved. Effective April 6, 2026, Brandi Owens (Brandi.Owens@us.af.mil) will become the PCO, with Adam Hudson (adam.hudson.4@us.af.mil) remaining the Contract Specialist. All comments and questions should be directed to these contacts.