SOLICITATION NOTICE
49 -- Common Armament Tester for Fighter (CAT-F)
- Notice Date
- 3/12/2025 11:36:54 AM
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA8533 AFLCMC WNKAB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA853325R0002
- Archive Date
- 12/01/2026
- Point of Contact
- Oya Harrison, Alexis Davis
- E-Mail Address
-
oya.harrison.1@us.af.mil, alexis.davis.13@us.af.mil
(oya.harrison.1@us.af.mil, alexis.davis.13@us.af.mil)
- Description
- This Synopsis serves as a notice of intent that the Automated Test System Contracting Branch, AFLCMC/ROKB, at Robins Air Force Base, GA, anticipates issuing a Request for Proposal (RFP) on SAM.gov under Notice ID FA8533-25-R-0002 for the Common Armament Tester-Fighters (CAT-F). This effort requires the design, development, manufacture, and sustainment of the CAT-F 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 be a Full and Open Competitive Acquisition with no small business set aside. 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 approximate 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 approximate 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 Delivery Schedule: O-Level Handheld Tester Prototypes will be delivered to begin 12 months ARO Order The approximate Request for Proposal (RFP) issue date is FY25 Q3, with a response date of 45 days later. In accordance with FAR 5.2079(c)(16)(i) All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Foreign Participation is not permitted. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/24320b3cdb17412a84f83285deca87ac/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07369692-F 20250314/250312230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |