Oya Harrison
—
USA
06 Mar 2026: The purpose of this update is to advise Industry the following: Industry Questions with Answers are posted here. RFP Amendment 0003 to extend the proposal due date as well as the other changes addressed in the Industry Questions with Answers will be forthcoming. Proposals are not due on 17 Mar 2026, however, SAM.gov will still reflect this date as SAM.gov does not allow a blank date entry. T...
View more| Name | Type | Posted | Action |
|---|---|---|---|
| Industry Questions with Answers_06 Mar 2026.xlsx | XLSX | Mar 6, 2026 | |
| Questions to Industry_25 Feb 2026.pdf | Feb 25, 2026 | ||
| RFP Attachment 6 Excel Cost Model_15 Sep 2025.xlsx | XLSX | Feb 18, 2026 | |
| RFP Attachment 11_Technical Manual Contract Requirements (TMCR)_26 Aug 2025.pdf | Feb 18, 2026 | ||
| RFP Attachment 11_Technical Manual Contract Requirements (TMCR)_26 Aug 2025.docx | DOCX | Feb 18, 2026 | |
| RFP Attachment 6 Excel Cost Model_15 Sep 2025.xlsx | XLSX | Feb 18, 2026 | |
| RFP Attachment 11_Technical Manual Contract Requirements (TMCR)_26 Aug 2025.docx | DOCX | Feb 17, 2026 | |
| RFP Amendment_FA8533-25-R-0002-0002.pdf | Feb 17, 2026 | ||
| RFP Attachment 2_CAT-F Safety Plan_26 Aug 2025.pdf | Feb 17, 2026 | ||
| RFP Attachment 3_STATEMENT OF OBJECTIVES_10 Sep 2025.pdf | Feb 17, 2026 | ||
| RFP Attachment 4_Sections L-900_ L-901_ M-900_M-901_17 Feb 2026.pdf | Feb 17, 2026 | ||
| RFP Attachment 9_CDRLs_05 Feb 2025.pdf | Feb 17, 2026 | ||
| RFP Attachment 6 Excel Cost Model_15 Sep 2025.xlsx | XLSX | Feb 17, 2026 | |
| RFP Amendment_FA8533-25-R-0002-0001.pdf | Sep 22, 2025 | ||
| Industry Questions with Answers_04 Sep 2025.xlsx | XLSX | Sep 4, 2025 | |
| RFP Attachment 8_Cross Reference Matrix.pdf | Aug 5, 2025 | ||
| RFP_FA8533-25-R-0002.pdf | Aug 5, 2025 | ||
| RFP Attachment 11_Techincal Manual Contract Requirements (TMCR).docx | DOCX | Aug 5, 2025 | |
| RFP Attachment 15_ Intellectual Property Rights.pdf | Aug 5, 2025 | ||
| RFP Attachment 13_AFMC 158_Packaging Requirements.pdf | Aug 5, 2025 | ||
| RFP Attachment 12_DD1653_ Transportation Data.pdf | Aug 5, 2025 | ||
| RFP Attachment 5_GFP List.xlsx | XLSX | Aug 5, 2025 | |
| RFP Attachment 10_Preaward Survey.pdf | Aug 5, 2025 | ||
| RFP Attachment 2_CAT-F Safety Plan.pdf | Aug 5, 2025 | ||
| RFP Attachment 1_DD254.pdf | Aug 5, 2025 | ||
| RFP Attachment 7_Total Resources Volume.xlsx | XLSX | Aug 5, 2025 | |
| RFP Attachment 14_Additional CDRLs.pdf | Aug 5, 2025 | ||
| RFP Attachment 9_CDRLs.pdf | Aug 5, 2025 | ||
| RFP Attachment 6 Excel Cost Model.xlsx | XLSX | Aug 5, 2025 | |
| RFP Attachment 4_Sections L 900_L 901_ M 900_M 901.pdf | Aug 5, 2025 | ||
| RFP Attachment 3_STATEMENT OF OBJECTIVES.pdf | Aug 5, 2025 |
Common Armament Tester for Fighter (CAT-F)
—
Common Armament Tester for Fighter (CAT-F)
—
Common Armament Tester for Fighter (CAT-F)
—
17 Feb 2026: The purpose of this update is to provide RFP Amendment 0002. RFP Amendment 0002 extends the proposal due date to 17 Mar 2026, 3:30 PM EDT. Revised Attachments as referenced in RFP Amendment 0002 are hereby posted here.
17 Feb 2026: The purpose of this update is to advise Industry that the USG anticipates RFP Amendment 0002 will be released NLT two weeks from today.
22 Sep 2025: The purpose of this update is to provide RFP Amendment 0001. RFP Amendment 0001 extends the proposal due date to Indefinite due to a received protest. However, SAM.gov will reflect a date of 31 Dec 2026 as SAM.gov does not allow a blank date entry. A firm proposal due date will be identified in an RFP amendment upon the resolution of the protest.
18 Sep 2025: The purpose of this update is to advise Industry the following:
04 Sep 2025: The purpose of this update is to provide Industry with answers to their RFP questions.
05 Aug 2025:
This Request for Proposal (RFP) is for Common Armament Tester-Fighters (CAT-F). This effort requires the development, manufacture, and sustainment of a common armament tester for the 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 North American Industry Classification System Code (NAICS) for this requirement is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a corresponding small business size standard of 750 employees, and Product or Service Code (PSC) 4920.
This acquisition will utilize the Tradeoff Source Selection Procedures in accordance with the DoD Source Selection Procedures, dated 20 Aug 2022, and DAFFARS MP 5315.3. It will be comprised of an Initial Source Selection that will result in up to two (2) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to two (2) offerors with a Final Downselect to at least one (1) contractor following Critical Design Review (CDR). The Initial Source Selection will result in the award for CAT-F System Design. In the Initial Source Selection, the Government will conduct a full and open competition to narrow the competitive field down to no more than two (2) contractors that will execute CAT-F System Design and proceed to the Final Downselect. The Contracts will contain options for the execution of the program beyond the basic contract. The Final Downselect source selection will determine which contractor’s Option I may be exercised.
The IDIQ contracts will utilize a mix of pricing arrangements, including Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF).
The Period of Performance for the resultant contracts shall include a 1 year Basic and 4 one year Options (in accordance with FAR 52.217-9, Option to Extend the Term of the Contract). The Basic is for Prototype Design and Digital Development of the O-Level and I-Level Testers. Option I is for EMD and Production but will only be exercised for the contractor(s) chosen during the Downselect.
The following estimated quantities will be required for delivery during the Basic:
Qty of 4 for the F-16 O-Level Handheld Tester Prototype
Qty of 4 for the F-15 O-Level Handheld Tester Prototype
Qty of 4 for the A-10 O-Level Handheld Tester Prototype
The following estimated quantities will be required for delivery during Options I-IV:
Qty of 303 EA for the F-16 O-Level Testers
Qty of 172 EA for the F-15 O-Level Testers
Qty of 68 EA for the A-10 O-Level Testers
Qty of 143 EA for the F-16 I-Level Testers
Qty of 80 EA for the F-15 I-Level Testers
Qty of 42 EA for the A-10 I-Level Testers
Offerors shall prepare their proposals in accordance with mandatory and detailed instructions contained in the RFP.
If access to the bidder’s library is needed, submit a completed DD Form 2345, Militarily Critical Technical Data Agreement, to the POCs listed below.
All comments, recommendations, concerns, and questions in regards to this notice should be submitted to the PCO, Oya Harrison, [email protected] and the Contract Specialist, Alexis Davis, [email protected].
Common Armament Tester for Fighter (CAT-F)
—