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, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. 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, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 2345 is a document used in the Joint Certification Program for entities or individuals seeking access to militarily critical technical data. This form requires applicants to indicate whether it is an initial submission, a revision, or a renewal of a previous certification. Key sections include the identification of the certified contractor, data custodians, and a detailed description of the applicant's relevant business activities. Applicants must certify adherence to U.S. and Canadian export control laws, confirm the legal residency of data custodians, and ensure that their organization or designated personnel are not disqualified from government contracts. The authorized entity representative must acknowledge the accuracy of the information provided and understand the legal implications of false statements. The form is approved by designated officials, and the certification is valid until its expiration unless revoked. This document plays a vital role in securing compliance with military regulations while facilitating participation in government contracts and projects involving sensitive data.
    The solicitation FA8533-25-R-0002 outlines a government procurement process for the design and manufacturing of instrument systems for measuring and testing electricity and electrical signals. Issued by the United States Air Force at Robins AFB, the contract offers a mix of cost-plus-fixed-fee and firm-fixed-price options for various line items, including prototypes for multiple aircraft testing equipment. The procurement is open to all businesses, with no restrictions for small or disadvantaged entities. It specifies firm price commitments from bidders and includes requirements for quality assurance, inspection, and compliance with the Buy American Act. The document also addresses potential additional costs for travel and data management related to software and technical specifications. Essential timelines and conditions for submissions are presented, ensuring that all offers meet the government's regulatory standards. This initiative illustrates the government's commitment to enhancing military readiness through the modernized testing and evaluation of vital electronic systems.
    The Common Armament Tester - Fighters (CAT-F) RFP outlines the requirements for the design, development, and production of various handheld and fault isolation testers for F-16, F-15, and A-10 fighter jets. This project includes multiple contract line item numbers (CLINs) across four option periods, each lasting 12 months. The solicitation, structured for Cost Plus Fixed Fee (CPFF) contracts and Firm Fixed Price (FFP) contracts, specifies quantities and types of equipment, emphasizing the need for digital design and logistical support. Offerors are required to input financial data into highlighted fields within an Excel cost model to propose unit prices for labor, materials, and other direct costs related to each CLIN. The document stresses accurate proposal submission, linking costs appropriately, and applying specified add-on factors for overhead, G&A, and fee calculations. Proper preparation of technical data, travel plans, program management, and compliance documentation is essential throughout the project. Ultimately, the RFP emphasizes quality, compliance, and efficiency, reflecting government priorities in weapon system maintenance and modernization efforts.
    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 document outlines the Request for Proposal (RFP) for the Initial Source Selection and design of the CAT-F System, which may result in awards to up to two contractors, with a final downselect to one following a Critical Design Review. The RFP emphasizes compliance with outlined proposal formats, technical requirements, and evaluation criteria, necessitating detailed submissions in specific volumes, including completed RFP forms, technical proposals, small business participation plans, and cost/price proposals. Key evaluation factors include technical proficiency, small business involvement, and pricing, with technical criteria being the most vital. Offerors are required to present comprehensive plans covering systems engineering, data rights, modular architecture compliance, and more. Proposals must follow stringent submission instructions, particularly regarding the encryption of submission documents and formats. The government aims for effective competition and reserves the right to award contracts based on technical merit rather than just cost, underscoring the necessity for offerors to provide clear, detailed proposals that ensure compliance and demonstrate the ability to meet or exceed government requirements efficiently.
    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 Statement of Objectives (SOO) for the Common Armament Tester – Fighter (CAT-F) outlines the government's requirement for the development, manufacture, deployment, and sustainment of a versatile armament test system for the F-16, F-15, and A-10 aircraft. The system must enhance flightline and backshop maintenance capabilities while addressing obsolescence and manufacturing source issues. The CAT-F will incorporate a cyber-secure, nuclear-certified design using Modular Open Systems Architecture, and must provide specific handheld and backshop testing capabilities. Key components include O-Level handheld testers and I-Level functional testers, each requiring specific cable and adapter kits for aircraft compatibility. The document delineates clear expectations, including proposals for prototype plans, integrated master schedules, and surge capability plans. It stipulates that the performance period will consist of one base year plus four options, aiming for prompt advancements in armament maintenance testing efficiently. Intellectual property considerations are also emphasized, ensuring the government retains rights to developed data and software. This SOO serves as a guiding framework for contractors to submit innovative proposals that address these objectives, reinforcing operational readiness and modernization of military testing equipment.
    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 outlines the requirements for a firm-fixed price/cost-plus-fixed-fee contract for the development and delivery of technical manuals associated with the Common Armament Tester - Fighter (CAT-F) under the solicitation number FA8533-25-R-0002. The contractor is tasked with creating technical manuals in accordance with the S1000D standard, addressing various functional and operational needs of the CAT-F program. Key elements include specific technical order (TO) program requirements, tailoring options for technical content, development of an Interactive Electronic Technical Manual (IETM), and obligations for data rights and cybersecurity measures. The document specifies avenues for contractor engagement with the government, such as guidance conferences, in-process reviews, and certification of TOs. Moreover, it details the expected functionalities of the IETM, including navigation tools, data printing capabilities, and user role access. The comprehensive set of requirements ensures that the manuals produced are accurate, functional, and compliant with Defense Federal Acquisition Regulation standards, thereby aiding operational effectiveness and safety in the management of defense-related technical data.
    This document addresses numerous questions and clarifications regarding an RFP for the Common Armament Tester for Fighter (CAT-F) program. Key issues include the scheduled retirement of A-10 aircraft and the need for A-10 level testers, the scope and pricing structure of CPFF and FFP CLINs for prototype development, and the correct contract start date and option period extensions. Questions also arise concerning various FAR and DFARS clauses, the applicability of organizational conflict of interest clauses, and submission requirements for proposal documents like the SOW and technical plans. The government has provided responses, confirming some aspects, removing others, and clarifying expectations for font sizes, payment terms, surge capabilities, and intellectual property rights. Additionally, inconsistencies in CLIN structures, TPS lists, and CDRL requirements were highlighted, with some being corrected in the updated RFP. The overall purpose is to clarify ambiguities and ensure compliance for offerors responding to the CAT-F RFP.
    The document addresses concerns regarding the F-15 Alternate Mission Equipment (AME) list, citing its incompleteness and inconsistencies that could hinder proposal accuracy and execution. It suggests revising the M-900 evaluation criteria to prioritize the maturity of the proposed systems, which is vital for contract award viability. Additionally, there are operational challenges with a requirement for non-rechargeable batteries that conflict with military specifications, impacting system performance in cold conditions. Furthermore, the implementation of Automatic Test Markup Language (ATML) and Model-Based Systems Engineering (MBSE) for legacy aircraft like the F-15, A-10, and F-16 may result in unnecessary costs and delays. A recommendation for a cost-effective strategy focuses on applying these technologies to newer systems instead. The response includes updates to the AME lists after review by Subject Matter Experts and specifies changes to the battery requirements for the CAT-F Handheld Tester to allow for multiple power options. The evaluation criteria remains unchanged, but offerors are encouraged to justify any additional scheduling costs related to these specifications. This summary encapsulates the document's critical concerns and responses within the context of government procurement practices.
    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 outlines key components and questions related to a federal Request for Proposal (RFP), specifically focusing on various sections including Volume I detailing the proposal format, Volume II addressing supplier performance risk systems, and Volume IV regarding cost and pricing details. It emphasizes the need for bidders to identify any risks associated with their proposal and suggest mitigations, clarifying that these requirements should be separated from the Statement of Work (SOW). Additionally, it discusses the expectations for offerors regarding technical requirements, evaluation of performance specifications, and the treatment of government-furnished property (GFP) during the proposal evaluation process. The RFP seeks to ensure equitable evaluation across offers while maintaining a clear understanding of compliance with technical objectives. The document reflects the government’s commitment to transparency and fairness in the contracting process, outlining specifics on delivery schedules and clarifying that cost is not the primary evaluation factor. This approach demonstrates the importance of risk management and compliance in federal contracting.
    This government document outlines the Request for Proposal (RFP) process and requirements for the Common Armament Tester–Fighter (CAT-F) project, which focuses on developing armament test systems for various aircraft. The document includes sections detailing the Statement of Work (SOW), System Requirements Document (SRD), evaluation criteria, and Technical Volume submissions. Key areas addressed include the evaluation of technical maturity, capability to produce technical manuals, and requirements for data rights. The RFP emphasizes the importance of providing plans for technical risk mitigation, systems security, and training support within proposal volumes. Bidders must assess and articulate their approaches to meet or exceed the SRD requirements, with a clear distinction between threshold and objective criteria. Clarifications sought in the document reveal substantial emphasis on aligning technical nomenclature, understanding deliverable expectations, and ensuring compliance with mandated systems engineering practices. Additionally, the importance of intellectual property rights, technical performance specifications, and the need for coherent communication among bidders is underscored, reiterating a commitment to transparency and fairness in evaluation. Overall, the RFP aims to secure a highly capable, technically mature solution that meets governmental standards for armament system testing.
    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 document presents a series of questions aimed at industry stakeholders regarding a specific federal program. It seeks to gauge interest in proposals based on the outlined program objectives and requirements. Key inquiries include whether potential bidders intend to submit proposals, concerns that may deter participation, clarification needed on the objectives and requirements, and requests for additional information that could assist in the bidding process. This feedback mechanism is fundamental for the government to understand industry perspectives, adapt its solicitations, enhance bidder engagement, and ensure that the program objectives align with market capabilities. Ultimately, these inquiries foster a collaborative approach to improve the solicitation process, aiming to attract high-quality proposals that meet federal and local standards effectively.
    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.
    Amendment FA8533-25-R-0002-0001 modifies a government solicitation, primarily extending the proposal due date from September 22, 2025, at 3:30 PM EDT to an indefinite date. This document outlines the procedures for acknowledging amendments, including completing specific items, marking copies of the offer, or submitting separate correspondence. Failure to acknowledge the amendment by the specified deadline may lead to the rejection of the offer. This amendment applies only to modifications of contracts/orders, reflecting administrative changes. All other terms and conditions of the original solicitation remain unchanged. The amendment was issued by ATS/HUMAN SYSTEMS, AFLCMC/ROKB, with Oya M. Harrison as the buyer.
    The provided government file, likely an RFP or grant-related document, is incomplete and primarily serves as a placeholder or an error message. It indicates that the document's content is not being displayed correctly and suggests that the user's PDF viewer may be unable to render the file. The document advises upgrading to the latest version of Adobe Reader and provides links for download and further assistance. It also includes trademark information for Windows, Mac, and Linux. The core purpose of this file appears to be to guide users experiencing display issues rather than to convey specific information related to federal government RFPs, federal grants, or state and local RFPs.
    The Pre-Award Survey of Prospective Contractor Accounting System Checklist is a comprehensive document used by government agencies, likely the DCAA, to evaluate a contractor's accounting system for compliance with federal regulations and suitability for government contracts, particularly cost-type contracts. The checklist gathers essential company information, including contact details and CAGE code. It assesses prior DCAA audits, Cost Accounting Standards (CAS) applicability, and adherence to Generally Accepted Accounting Principles (GAAP). Key areas of evaluation include the accounting system's operational status, readiness for DCAA audit, consistency of labor rates with FAR Part 31, and the proper segregation and allocation of direct and indirect costs. The survey also examines the system's ability to track costs by contract and line item, manage preproduction costs, and support financial reporting for limitations of cost/payments and progress payments. Finally, it verifies the system's capacity to generate reliable data for future acquisitions and asks if the organization plans or is currently performing on Cost-Type contracts.
    The TM-86-01 document outlines the Air Force Technical Manual Contract Requirements (TMCR) for the Common Armament Tester - Fighter (CAT-F) program (FA8533-25-R-0002). This new acquisition, a Firm Fixed Price/Cost Plus Fixed Fee (CPFF) contract, mandates the development and delivery of technical manuals in accordance with S1000D standards, specific business rules, and a detailed Technical Manual Content and Product Plan. Key requirements include tailoring proposals, adherence to TMSS (Technical Manual Specifications and Standards), and rigorous quality assurance processes. The contract specifies detailed procedures for technical order (TO) development, numbering, data rights, and maintenance, including emergency and urgent changes within strict timelines. It also outlines functional requirements for Interactive Electronic Technical Manuals (IETMs), covering access, annotations, diagnostics, external process integration, graphics, navigation, printing, publishing, and special content. The document emphasizes the use of the Air Force Live Content Viewer for IETMs and requires contractors to maintain source data accuracy and currency.
    AFMC Form 158 outlines packaging and marking requirements for government contracts, emphasizing compliance with military and commercial standards. It details instructions for contracting officers on vendor packaging, specifying use of MIL-STD-2073-1 for military preservation and packing, and ASTM D3951 for commercial. The document mandates adherence to MIL-STD-129 for container markings and International Standards for Phytosanitary Measures No. 15 for wooden packaging materials. It also covers requirements for engineered containers, hazardous materials, and special packaging data, referencing various FAR clauses and military standards. The form includes specific instructions for handling hazardous materials according to federal and international regulations. Additionally, it provides guidance for providing packaging data through DD Forms 2326 and 2169, ensuring all packaging complies with established military and international trade standards.
    RFP Attachment 14 outlines a comprehensive list of additional Contract Data Requirements Lists (CDRLs) that may be required from offerors based on their proposed unique approaches, as identified in their Draft Statement of Work (SOW). This document is crucial for federal government RFPs, ensuring that all necessary data and deliverables are specified for potential contracts. The CDRLs cover a wide range of areas, including administrative documents like conference agendas and minutes, technical reports such as reliability and maintainability plans, safety assessments, and hazard analyses. It also includes plans for counterfeit prevention, program protection, hazardous materials management, and system safety. Furthermore, the list details requirements for integrated logistics support, training materials, government-furnished equipment data, and various engineering and technical data, including drawings, product data, and test reports. The attachment also specifies data related to cybersecurity, repairable item inspection, interface design, firmware support, and quality control, such as calibration and measurement summaries. This extensive list ensures thorough documentation and reporting across all facets of a project, enabling the government to effectively monitor and manage contract performance.
    Attachment 15 of RFP FA8533-25-R-0002 outlines the intellectual property rights for the Common Armament Tester for Fighters (CAT-F) project. It specifies the Government's rights to technical data, computer software, and documentation, categorizing them into commercial and non-commercial products/services. The document details licensing terms, including perpetual, royalty-free, worldwide, and nonexclusive rights for the Government, with provisions for sharing with covered government support contractors. It defines key terms like "commercial product," "computer software," and "contract administration information." The attachment also addresses marking requirements for intellectual property, pricing allocation to Contract Line Items (CLINs), updates, license transference, and the order of precedence for conflicting license provisions. Crucially, it waives nondisclosure agreement requirements for government support contractors and government employees and establishes conditions for contractors to assert additional restrictions post-award based on new information or inadvertent omissions. The contractor is obligated to continue performance during intellectual property disputes. This attachment ensures clear guidelines for intellectual property management within the federal contract framework.
    This government file outlines comprehensive industrial safety and health requirements for contractors, emphasizing the development of a detailed Safety and Health Plan. This plan must address specific processes and procedures, not just reference standards, and include all task-specific documentation. Contractors are solely responsible for compliance with federal, state, and local laws, including OSHA standards, and for ensuring the safety of all their employees and subcontractors. The Air Force, participating in OSHA’s Voluntary Protection Programs (VPP), expects contractors to familiarize themselves with VPP requirements and prevent injuries to personnel and damage to government property. The document details requirements for contractor employee safety briefings, protective equipment, and coordination to avoid impacting government operations. It also covers government inspection rights, with non-compliance potentially leading to work stoppages and fines solely borne by the contractor. Mishap notification procedures, including specific timelines and information requirements for incidents involving DoD property or employee injuries, are clearly defined. Additionally, the file mandates written impoundment procedures for mishap scenes. Key program elements include detailed requirements for pedestrian and motor vehicle safety, housekeeping, walking/working surfaces, personal protective equipment, hearing conservation, medical and first aid, respiratory protection, confined space entry, system modification, compressed gas equipment, materials handling, flammable/combustible liquids, toxic/hazardous substances, hazardous communications, hazardous materials, hazardous waste operations, electrical safety, hazardous energy control (lockout/tagout), electrostatic discharge, hand/portable powered tools, grounding/bonding of aircraft and avionics, batteries, soldering, painting/paint removal, cleaning/corrosion control, fire protection, and Foreign Object Damage (FOD) awareness and prevention. These elements ensure a robust safety program throughout the contract.
    The Common Armament Tester – Fighter (CAT-F) program seeks to develop, manufacture, deploy, and sustain a versatile armament tester for F-16, F-15, and A-10 fighter fleets. This tester, replacing or augmenting legacy systems, will address Diminishing Manufacturing Sources and Materiel Shortages (DMSMS) and obsolescence issues. The CAT-F system comprises O-Level Handheld and I-Level Functional/Fault Isolation testers, each with aircraft-specific cable and adapter kits. Key objectives include cyber security, nuclear certification, and a Modular Open System Architecture (MOSA) approach utilizing a Government Reference Architecture (GRA). The acquisition will be an Indefinite Delivery, Indefinite Quantity (IDIQ) contract over a one-year basic period with four one-year options. Offerors must propose an innovative development approach, including a contractor Statement of Work (SOW), Contract Data Requirements Lists (CDRLs), and an Integrated Master Schedule (IMS) detailing design, manufacture, and delivery for all platforms, along with a surge capability plan. The CAT-F must perform all legacy armament system tests, meet nuclear certification standards, and be designed for future upgrades through a Computer Program Identification Number (CPIN) management process and MOSA principles.
    This government file outlines instructions for offerors participating in the CAT-F System Design acquisition, a two-phase source selection process. The initial phase narrows down competitors to two for system design, followed by a final down-select to at least one contractor after Critical Design Review. Proposals must adhere to strict formatting, submission, and communication guidelines, including encrypted email or DoD SAFE for sensitive information. The submission requires four volumes: Completed RFP (including financial responsibility and subcontracting plans), Written Technical Proposal (covering systems engineering, statement of work, MOSA utilization, and intellectual property rights), Small Business Participation, and Cost/Price Proposal. Detailed cost breakdowns, labor summaries, and material summaries are required, with specific Excel formats and adherence to fee limitations.
    The document outlines armament systems and associated components for F-16, F-15, and A-10 aircraft, likely for a federal government Request for Proposal (RFP) related to military equipment and services. It lists various missile launchers, weapon pylons, gun systems, and related components such as BRU-46s, MAU-12s, LAU-131s, and specific missile systems (AIM-9M, AIM-9X/X-2, AIM-120, AGM-158). The file details different types of jettison checks, system checks (e.g., UAI, CBU, Internal Gun), and auxiliary equipment like the AN/ALE-47 CMDS and ALE-50 Pylon. The components are categorized by aircraft model, manufacturer, and part number, indicating a comprehensive inventory or requirement list for armament systems, crucial for procurement, maintenance, or upgrade projects within the defense sector.
    The document outlines a federal government Request for Proposal (RFP) for the Common Armament Tester - Fighters (CAT-F) project, detailing a cost model across a basic 12-month period and four subsequent 12-month option periods. The RFP requires offerors to input data into specified fields for various Contract Line Item Numbers (CLINs) and Extended Line Item Numbers (ELINs), categorizing contract types as Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), or Cost Reimbursement No Fee (CRNF). The project involves the design, development, engineering, manufacturing, and logistical support for O-Level Handheld/Pre-load Testers and I-Level Fault Isolation Testers for F-16, F-15, and A-10 fighter aircraft. It also includes program management, government testing support, travel, IP license rights, and a comprehensive list of data deliverables (e.g., briefing materials, program management reports, technical reports, test plans, and engineering change proposals). The document emphasizes the need for offerors to propose unit prices, labor hours, material costs, and other direct costs, with specific instructions for rounding and linking cost elements. It is designated as
    The document outlines the requirements for offerors to provide a Material Bill of Estimates (BOE) summary for federal government RFPs, specifically for the Common Armament Tester for Fighters (CAT-F) Prime Mission Product (PMP). This summary must detail material resources, quantities, and types across prime and subcontractors, time-phased by Government Fiscal Year, and presented in an Excel format for evaluation. The document emphasizes the importance of a sanitized version of the Priced Bill of Material to ensure the realism and reasonableness of proposed unit prices and extended costs. It also details the Work Breakdown Structure (WBS) for various components and activities, including O-Level and I-Level systems and software, systems engineering, program management, testing, training, data, support equipment, repair parts, and program protection, as well as labor categories and total hours for specific tasks within the EMD and Production phases.
    The document outlines the purpose and structure of the Cross Reference Matrix (Attachment 8) for federal government RFPs, specifically referencing solicitation FA8533-25-R-0002. This matrix is a crucial tool for prospective offerors, designed to illustrate the interrelationships and dependencies among various solicitation components: the Statement of Objectives (SOO), Systems Requirement Document (SRD), Contract Line Item Number (CLIN), Contract Data Requirements Lists (CDRLs), Section L-900 (Instructions to Offerors), and Section M-900 (Evaluation Basis for Award). Its primary goal is to help offerors ensure comprehensive responses to all evaluation criteria and proposal submittal requirements. The document clarifies that in case of conflict, other solicitation requirements take precedence, and Section M references in the matrix are for informational purposes only, with actual evaluations based solely on Section M provisions. An example format is provided, detailing cross-references for subfactors like Systems Engineering, Statement of Work, MOSA Utilization, and IP License Rights, linking them to specific sections within the SOO, SRD, CLIN, CDRLs, and L-900.
    This document outlines the Contract Data Requirements List (CDRL) for the Common Armament Tester (CAT-F) project (FA8533-25-R-0002). It details various data deliverables, including Briefing Material, Integrated Program Management Data and Analysis Reports (IPMDAR), Status Reports, Trip Reports, Sustainment Plans, System Engineering Management Plans (SEMP), Data Accession Lists (DAL), Diminishing Manufacturing Sources and Material Management Plans (DMSMS), Cybersecurity Test Plans (CTP), Software Version Descriptions, Software Requirements Specifications (SRS), Computer Software Flowcharts, and Software Product Specifications (SPS). Each entry specifies the data item, authority document, contract reference, requiring office, distribution, frequency, submission dates, and remarks. A key recurring remark across most items is that the contractor SHALL NOT generate data for option periods until a contract modification is received that exercises the option and obligates funding. Deliverables are to be submitted through an official reporting system, with late submissions requiring notification to the Government Procurement Contracting Officer (PCO) and negotiation of a revised delivery date. DOD SAFE is provided as an alternate delivery method for large files.
    This government Request for Proposal (RFP) FA8533-25-R-0002 seeks proposals for the Common Armament Tester-Fighters (CAT-F) program. The program requires the development, manufacture, and sustainment of armament testers for F-16, F-15, and A-10 aircraft, capable of performing Preload, Clean Wing, and Fault Isolation Requirements at O-Level and I-Level Maintenance. The solicitation anticipates awarding up to two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $420,430,000.00. The contract period includes a one-year basic period and four one-year options, with pricing arrangements varying between Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF) across different Contract Line Item Numbers (CLINs). The project involves initial design and digital development, followed by engineering and manufacturing development (EMD) and production phases. Non-Government Advisors will assist in proposal review. The RFP details various deliverables, including prototypes, logistical support, program management, and data, with specific CLINs for each phase and aircraft type.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    F-16 Test Fixture Assembly - Circuit Card Assemblies
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is conducting a Sources Sought notice for the procurement of various F-16 Test Fixture Assemblies, including Circuit Card Assemblies and Power Supply Assemblies. The objective is to gather market research to identify potential sources capable of fulfilling the agency's requirements and to enhance competition by improving access to acquisition information. These components are critical for aircraft maintenance and repair, ensuring operational readiness of the F-16 fleet. Interested parties are encouraged to contact Travis Bodily at travis.bodily@us.af.mil for further information, with an estimated delivery schedule for the components ranging from May 2026 to January 2029.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of electro-mechanical actuators specifically designed for F-16 A/B canopies. This Request for Proposal (RFP), identified as SPRTA1-26-R-0033, seeks to acquire between 4 to 24 units of new manufactured material under firm-fixed-price terms, with a delivery deadline set for February 11, 2027. The procurement is critical for maintaining operational readiness of the F-16 aircraft, emphasizing compliance with federal acquisition regulations, including cybersecurity standards and restrictions on foreign purchases. Interested vendors must submit their proposals by December 8, 2025, at 3:00 PM, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.
    KC-46 Pneumatic Starter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    F16_INTERFACE_UNIT_PN16E4023_5NSN5895013544287
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to manufacture the F-16 Interface Unit, Communications (NSN: 5895-01-354-4287, P/N: 16E4023-5) at Altus AFB in Oklahoma. Offerors must meet stringent qualifications, including certifications related to facilities, equipment, and manufacturing capabilities, with an estimated cost of $12,500 for necessary testing and evaluation, which includes dimensional verification and electronic testing. This procurement is critical for ensuring that the F-16 Interface Unit meets the high standards required for military applications, with a qualification completion time projected at 180 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details.
    B-2 TLX Kits, FA821322R3003
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    F-100 Case, Compressor, Air
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.