Gymnasticator Modernization
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, specifically W6QK ACC-RI at the Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC), is seeking proposals for the Gymnasticator Modernization project. This effort involves upgrading and modernizing the control systems of two MG3000 Mechanical Gymnasticators to provide real-time test data, positional results, and pass/fail outcomes for various weapon systems. This is a Total Small Business Set-Aside opportunity. Proposals are due January 26, 2026, at 12:00 PM CST.
Scope of Work
The project requires the contractor to provide all necessary resources, including labor, materials, and training, to upgrade the existing MG3000 Mechanical Gymnasticators. Key tasks include:
- Upgrade Original Gymnasticator (RIA#34691): Remove existing control system, install a CompactLogix PLC or equivalent, PanelView Plus Operator Interface, hardwire controls, VFD motor trip, Windows computer station, Temposonics sensors, new wiring, and an Igus hydraulic and electrical cable track system. Install the existing hydraulic system from the 2014 Gymnasticator. Test and commission the system and provide a spare parts package.
- Upgrade 2014 Gymnasticator (RIA#34696): Install a new control system including a Maple System Operator Interface or equivalent, a National Instruments CompactRIO controller or equivalent, new Allen Bradley VFD and UPS, LaserJet printer, new wiring, new Igus hydraulic and electrical cable track system, new Temposonics rods, server communications setup, and a new hydraulic system. Ensure proper software functioning, open-source component test program software, and include a spare parts package.
- Training: Provide a minimum of 8 hours of on-site training for RIA-JMTC personnel on programming, operation, and maintenance.
- Documentation (CDRL): Deliver specific data items including installation and preparation documentation (equipment characteristics, installation list, tool list, electrical/hydraulic schematics, equipment identification), maintenance manuals, operator manuals, and environmental compliance data (SDS, chemical list).
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) under a Combined Synopsis/Solicitation (RFQ W519TC26QA058).
- Period of Performance: Award through 365 days after award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: January 26, 2026, 12:00 PM CST.
- Published Date: January 16, 2026.
- Place of Performance: Rock Island Arsenal-Joint Manufacturing & Technology Center, Rock Island, IL.
Evaluation
Award will be made to the lowest total evaluated priced quote that meets all specifications. The U.S. Government reserves the right to make no award.
Special Requirements & Notes
- Security: Compliance with RIA-JMTC security requirements, including background checks, RAMP participation, AT Level I, and iWatch training. Real ID is required for entry starting May 7, 2025. No CAC cards will be issued.
- Environmental: Proper disposal of hazardous waste and no use of Class I or Class II Ozone Depleting Chemicals.
- IT Support: RIA-JMTC IT Support will accompany vendors interacting with IT systems; vendor devices will not connect to the RIA-JMTC network.
- Data Rights: Government will have unlimited rights to all produced documents and materials.
- Personnel: Experienced and qualified personnel are required.
- Site Visit: A site visit is recommended for bidders.
- Payment: Via Wide Area Workflow (WAWF) by DFAS.