Common Armament Tester for Fighter (CAT-F)
ID: FA8533-25-R-0002Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8533 AFLCMC WNKABROBINS AFB, GA, 31098-1670, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing advanced handheld testers for the maintenance of fighter aircraft, including the A-10, F-15, and F-16. This initiative focuses on creating a standardized, robust, and cyber-secure testing system that meets the maintenance requirements at both Organizational and Intermediate Levels, while adhering to Modular Open System Architecture principles. The procurement process emphasizes technical risk mitigation, cost realism, and compliance with stringent performance standards, with a contract duration of one year and options for four additional years. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Common Armament Tester - Fighters (CAT-F) RFP outlines requirements for developing handheld and fault isolation testers for various aircraft, specifically the F-16, F-15, and A-10. The solicitation spans a basic contract period of 12 months, followed by four option periods, each also lasting 12 months, with details on Contract Line Item Numbers (CLINs) provided. The document specifies various contract types, including Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), and Firm Fixed Price (FFP), with extensive guidance on pricing structures and expected deliverables. Key deliverables include prototype designs, logistical support, and engineering development models (EDMs) for ground testing equipment essential for O-Level and I-Level maintenance standards. Each period includes quantities, unit costs, and management fees which contractors must fill out accurately in designated highlighted fields. The RFP encompasses compliance with cost proposal structures and emphasizes the need for linking financial projections correctly. Overall, the document serves as a critical framework for contractors to outline their capabilities in fulfilling government needs for advanced aviation testing solutions, highlighting procurement processes within federal RFP contexts.
    The government file outlines an RFP for the CAT-F System Design, intended for selecting contractors through an Initial Source Selection process culminating in a Final Downselect. The selection will award contracts to up to two offerors, who will progress to a Critical Design Review (CDR) before a single contractor is chosen based on evaluation criteria. Proposals must include a detailed Technical Proposal addressing system engineering, Statement of Work (SOW), Modular Open Systems Architecture (MOSA) utilization, and data rights plans. Offerors must submit proposals in separate volumes, detailed guidelines for submission formats, and specific communication protocols regarding source selection information. The evaluation will focus on technical quality, small business participation, and cost/price reasonableness. The document stipulates strict adherence to submission timelines and compliance with RFP conditions to ensure proposal eligibility. The government aims for a best-value decision, evaluating trade-offs between technical acceptability and pricing. Overall, this RFP is a structured approach to procure system design services while ensuring quality and value through competitive evaluations.
    The document outlines the procedures and criteria for an Initial Source Selection and Final Downselect for the CAT-F System Design acquisition. The government intends to award contracts to a maximum of two offerors, proceeding to a final downselect based on performance in Engineering and Manufacturing Development (EMD) and Production phases. The evaluation process emphasizes technical proposals, requiring a clear demonstration of meeting requirements through detailed plans, risk mitigation strategies, and adherence to the Modular Open Systems Architecture (MOSA) principles. Proposals will be categorized into distinct volumes focusing on completed requests for proposals, technical submissions, small business participation, and cost/price proposals. The government aims for a best value award, balancing technical excellence against cost, with technical factors prioritized over price. Offerors must comply with specific formats and requirements, including encryption of proposals and submission deadlines. Ultimately, the process emphasizes maximizing communication between the government and contractors to foster understanding and successful competition.
    The Common Armament Tester for Fighter (CAT-F) program is a federal initiative aimed at developing a standardized testing system for the U.S. Air Force’s fighter jets, specifically the A-10, F-15, and F-16. This system is intended to replace existing armament testers to meet the maintenance requirements at both Organizational and Intermediate Levels. The CAT-F will be robust, cyber-secure, and compliant with nuclear certification standards while adhering to a Modular Open System Architecture framework, ensuring flexibility and adaptability in design. Key components include an O-Level Handheld Tester and various aircraft-specific cable and adapter kits for effective fault isolation and maintenance tasks, along with an Integrated Master Schedule for project management. Proposals from industry are invited, emphasizing innovative approaches to meet the outlined specifications and requirements detailed in the Statement of Objectives. Furthermore, this program addresses issues related to Diminishing Manufacturing Sources and Material Shortages (DMSMS) while ensuring reliable performance and compatibility with legacy systems. The contract duration is set for one year, with options for four additional years, allowing continuous development and support for the CAT-F system.
    The document encompasses the Request for Proposal (RFP) for the development of advanced handheld testers for the F-15E and A-10 aircraft maintenance. It outlines the acquisition process for two contracts focusing on engineering and manufacturing development (EMD) and production phases, including various Contract Line Item Numbers (CLINs) for prototypes, demonstrative tests, and full-rate production. Key requirements demand technical risk mitigation, cost realism in proposals, and adherence to specified systems engineering standards and performance requirements. Critical points address the need for clarity on proposal details, evaluation methodologies, and compliance with government standards for the handheld tester's performance and capabilities. The RFP emphasizes performance criteria, technical specifications, and focuses on ensuring that all proposals demonstrate a low-risk rating and technical acceptability. Concerns regarding the evaluation of costs in relation to proposals, particularly regarding unrealistic pricing, are raised. Overall, the RFP reflects the government's commitment to fostering competitive innovation in defense procurement while ensuring technical feasibility and cost-effectiveness in the development of sophisticated military maintenance tools.
    The document is a draft detailing the requirements and proposal evaluation processes for a government RFP concerning the CAT-F program. It outlines the structure of submissions across various volumes, clarification requests from potential offerors, and government responses addressing these inquiries. Key topics include the evaluation criteria for technical proposals, the integration of various plans (such as the Sustainment and Fielding Plans), and the terms and conditions for small business participation and data rights evaluation. Specific concerns about documentation processes, page limits, and technical specifications are highlighted, along with the USAF's approach to evaluating performance risks and contractual arrangements. Additionally, the document discusses expectations regarding proposal content, clarifications regarding oral presentations, and the overall contract structure, emphasizing the use of Indefinite Delivery/Indefinite Quantity (IDIQ) arrangements. The responses illustrate the government's intent to ensure clarity and coherence within the RFP process, ultimately aiming for a successful acquisition that meets programmatic and operational objectives while facilitating small business involvement.
    The Draft Request for Proposal (RFP) for the Common Armament Tester - Fighter (CAT-F) seeks industry input on various aspects of the project, primarily focusing on the development and delivery timelines for operational (O-level) and intermediate (I-level) testers for aircraft such as F-16, F-15, and A-10. Key inquiries include recommended quantities for developmental and operational testing, assessment of technical risks, and the feasibility of providing a contractor Statement of Work (SOW) and Program Schedule. The RFP also covers logistical concerns, including post-warranty support metrics and potential warranty costs. Companies are asked to share their modeling tools and engineering processes for digital engineering, particularly regarding the integration of commercial components. The document addresses contracting issues like subcontractor usage, data rights for operational level testers, and feedback on the proposed contract structure. Overall, the RFP aims to facilitate comprehensive insight from industry stakeholders to enhance the planning and execution of the CAT-F acquisition process, ensuring risk management and cost-effectiveness in the program's implementation.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Automatic Tap Testers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of two automatic tap testers under solicitation number FA812525Q0002. These handheld devices, which must weigh no more than 1.5 lbs and be battery-powered, are essential for detecting disbonding, damage, or delamination in honeycomb sandwiched materials with panel thicknesses up to 5 mm, and they must include features such as a digital XY plotter for defect mapping and a durable protective case. The contract is set aside for small businesses, with a firm-fixed price structure, requiring delivery to Tinker Air Force Base in Oklahoma by December 6, 2024. Interested vendors should direct inquiries to Linsey Laird or Jason Shirazi via email and ensure compliance with all specified regulations and submission requirements outlined in the solicitation documents.
    SOURCES SOUGHT SYNOPSIS - F-16 Advanced Identification Friend-or-Foe (AIFF) Combined Interrogator Transponder (CIT)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the development and production of a replacement Advanced Identification Friend-or-Foe (AIFF) Combined Interrogator Transponder (CIT) for the F-16 aircraft. This opportunity aims to gather information for market research, focusing on small businesses, including those classified as 8(a), Service-Disabled Veteran Owned, HUBZone, and Women-Owned, with requirements including the production of 6 test units and up to 300 upgrades from FY24 to FY27, while adhering to stringent DoD security and operational standards. The selected vendor will play a crucial role in enhancing the operational capabilities of the F-16, necessitating a comprehensive Quality Assurance Plan that meets aerospace standards. Interested parties should contact Kirsten Rivera at kirsten.rivera@us.af.mil or Eric Dumpert at eric.dumpert.1@us.af.mil for further details, as this notice is for informational purposes only and does not constitute a formal Request for Proposal.
    Common Regulator Test Stands (CRTS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of Common Regulator Test Stands (CRTS) to be utilized at Altus Air Force Base in Oklahoma. The objective of this presolicitation is to acquire specialized equipment essential for aircraft maintenance and repair operations, falling under the NAICS code 334419 for Other Electronic Component Manufacturing. The CRTS will play a crucial role in ensuring the operational readiness and reliability of aircraft systems. Interested parties can reach out to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120 for further details regarding this opportunity.
    Automated Tool Kits
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of Automated Tool Kits, as outlined in the Request for Quote (RFQ) FA301625Q0071. The primary objective is to acquire automated tool cabinets designed for Vehicle Maintenance and Management Airmen, featuring specifications such as a compact design, keyless entry, and a touch screen interface to enhance operational efficiency and tool management. This initiative is crucial for ensuring the proper organization and accountability of maintenance equipment, thereby supporting military readiness. Interested vendors must submit their proposals by 10:00 AM CST on March 17, 2025, and can direct inquiries to Deshawn Smith at deshawn.smith.4@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.mil.
    Finding Agile Solutions for Test (FAST) Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force Test Center (AFTC), is soliciting innovative solutions via the Finding Agile Solutions for Test (FAST) Commercial Solutions Opening (CSO). This initiative aims to enhance defense testing capabilities by inviting proposals that introduce new technologies or novel applications of existing ones, addressing capability gaps within the defense test community. The FAST CSO allows various defense organizations to issue specific Calls for proposals until September 30, 2022, with individual awards generally not exceeding $100 million, primarily under fixed-price contracts. Interested parties can reach out to Marc Venzon at marcanthony.venzon@us.af.mil or Carlos A. Barrera at carlos.barrera.8@us.af.mil for further information and guidance on submission requirements.
    Universal Fuel Accessories Test Stand (UFATS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition and installation of a Universal Fuel Accessories Test Stand (UFATS) at Tinker Air Force Base in Oklahoma. The project aims to deliver a fully operational test stand capable of validating various aerospace components, including actuators and fuel nozzles, while adhering to stringent government and industry standards. This procurement is critical for ensuring the operational readiness and safety of aircraft maintenance and repair activities. Interested small businesses must submit their proposals by March 24, 2025, at 2:00 PM CST, and can contact Tran Tran, the Primary Contracting Officer, at Tran.Tran.1@us.af.mil for further information.
    Air Force Test and Analysis Tool (AFTAT) Information Technology (IT) Program Update to STARLIMS Technology Platform 12.7 and Conversion to a Full HTML 5 Interface
    Buyer not available
    The Department of the Air Force is seeking proposals for the Air Force Test and Analysis Tool (AFTAT) Information Technology program, which involves updating the STARLIMS technology platform to version 12.7 and converting its interface to a full HTML5 format. The objective of this procurement is to enhance data accessibility and operational efficiency by upgrading the existing AFTAT system, which currently relies on an outdated interface that limits usability. This initiative is critical for providing real-time data for aviation operations, and vendors must demonstrate experience with AFTAT and STARLIMS, including a requirement for 500 direct labor hours for staff involved in the project. Interested parties should contact Meredith Setterfield at meredith.setterfield@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil for further details, as the project is set aside for small businesses and will require on-site support at Wright-Patterson AFB, Ohio.
    Versatile Depot Automatic Test Station (VDATS) DA 2 and AB-8 Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair of the Versatile Depot Automatic Test Station (VDATS) DA 2 and AB-8. This procurement aims to ensure the operational readiness of critical aircraft components and accessories by maintaining and repairing essential testing equipment. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the importance of supporting small enterprises in the defense sector. Interested parties should reach out to Kayla Flores at kayla.flores@us.af.mil or call 801-777-3280 for further details regarding this opportunity.
    F-16 Actuactor
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of F-16 Actuators, which are critical components for the F-16 aircraft. This opportunity is open to various businesses, with a particular emphasis on small businesses, including those that are women-owned and veteran-owned, and it requires compliance with stringent military standards for packaging, inspection, and supply chain traceability. The selected contractor will be responsible for ensuring product reliability and adherence to engineering specifications, with a proposal submission deadline set for March 27, 2025. Interested parties should contact Michelle Mihu at michelle.mihu@us.af.mil for further details and to ensure compliance with all outlined requirements.
    F-16 AIS Test Station System Meter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of an F-16 Aircraft Interface System Test Station Meter under solicitation number FA8212-25-Q-0012. This procurement involves the acquisition of four units of a critical electronic component, identified by National Stock Number (NSN) 5998016338925WF, which is essential for military operational functionality. The contract emphasizes compliance with various regulations, including the requirement for a Counterfeit Prevention Plan and adherence to quality assurance standards, with a total estimated cost of $100,000. Interested vendors must submit their quotations by March 11, 2025, and can direct inquiries to Leslie Evans at leslie.evans.1@us.af.mil or by phone at 801-586-3964.