Skip to content
Department of Defense

Common Armament Tester for Fighter (CAT-F)

Solicitation: FA8533-25-R-0002
Notice ID: a0d3aaf5e6314959b4950169dca870d5
TypeSolicitationNAICS 334515PSC4920DepartmentDepartment of DefenseAgencyDept Of The Air ForcePostedFeb 18, 2026, 12:00 AM UTCDueMar 17, 2026, 07:30 PM UTCCloses in 22 days

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 17, 2026. Industry: NAICS 334515 • PSC 4920.

Market snapshot

Awarded-market signal for NAICS 334515 (last 12 months), benchmarked to sector 33.

12-month awarded value
$28,348,616
Sector total $20,447,912,679 • Share 0.1%
Live
Median
$42,640
P10–P90
$41,576$254,818
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($28,348,616)
Deal sizing
$42,640 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Robins Afb, GA • 31098-1670 USA

Point of Contact

Name
Oya Harrison
Email
oya.harrison.1@us.af.mil
Phone
Not available
Name
Alexis Davis
Email
alexis.davis.13@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • COMBAT READINESS • FA8533 AFLCMC ROKB
Contracting Office Address
Robins Afb, GA
31098-1670 USA

More in NAICS 334515

Description

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:

  1. Proposals are not due on 22 Sep 2025. However, SAM.gov will still reflect this date as SAM.gov does not allow a blank date entry.   
  2. The revised proposal receipt date is To Be Determined.  
  3. An RFP Amendment to extend the proposal due date as well as the other changes addressed in the Industry Questions with Answers will be forthcoming.
  4. This SAM.gov posting will be revised at that time to reflect the revised proposal due date.
  5. All comments, recommendations, concerns, and questions should be submitted to the PCO, Oya Harrison, oya.harrison.1@us.af.mil and the Contract Specialist, Alexis Davis, alexis.davis.13@us.af.mil .

04 Sep 2025: The purpose of this update is to provide Industry with answers to their RFP questions.

  1. Industry Questions with Answers are posted here.
  2. An RFP Amendment for the changes addressed in the Industry Questions with Answers will be forthcoming.
  3. All comments, recommendations, concerns, and questions should be submitted to the PCO, Oya Harrison, oya.harrison.1@us.af.mil and the Contract Specialist, Alexis Davis, alexis.davis.13@us.af.mil 

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, oya.harrison.1@us.af.mil and the Contract Specialist, Alexis Davis, Alexis.Davis.13@us.af.mil. 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.