Gymnasticator Modernization
ID: W519TC26QA058Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking proposals for the modernization of control systems for two MG3000 Mechanical Gymnasticators at the Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC). The project aims to enhance the gymnasticators' capabilities to deliver real-time test data, positional results, and pass/fail outcomes for various weapons systems, including the M1A1 and M119A3, among others. This upgrade is critical for maintaining the operational efficiency and reliability of military equipment, ensuring compliance with stringent safety and environmental standards. The total contract value is estimated at $25,500,000, with a performance period of 365 days post-award. Interested contractors should direct inquiries to Christine Szalo at christine.a.szalo.civ@army.mil or Daniel Sinnott at Daniel.s.Sinnott.civ@army.mil.

    Files
    Title
    Posted
    The Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC) is seeking a contractor for significant upgrades to two MG3000 Mechanical Gymnasticators (RIA#34691 and RIA#34696). The project's purpose is to modernize their control systems to provide real-time test data, positional results, and pass/fail outcomes for various weapons systems, including the M1A1, M178/M182, M119, M119A3, M109, and M35. The contractor will be responsible for providing all resources for installation, including removing existing components, installing new control systems (PLCs, operator interfaces, VFDs, sensors, wiring, hydraulic systems), and ensuring proper software functionality and server communications for reporting. The project also includes extensive testing procedures for different weapon systems, requiring the development of new test programs for the M119A3 and M35. The contractor must provide comprehensive training for RIA-JMTC personnel on programming, operation, and maintenance, as well as all relevant documentation and a spare parts package. The project has stringent requirements regarding hours of operation, safety, environmental compliance, and security on the RIA installation. All materials and software developed under this contract will be government-owned.
    This government file outlines the data requirements for "Gymnasticator Upgrades," detailing various documentation deliverables from the contractor to the Rock Island Arsenal. The required documentation includes Installation and Preparation Documentation (covering equipment characteristics, installation lists, tool lists, electrical schematics, hydraulic schematics, and equipment identification), a Maintenance Manual with preventive maintenance procedures, an Operator Manual, and Environmental Compliance Data (Safety Data Sheets and a Chemical List). Submission deadlines vary, with some documents due 30 or 60 days before equipment delivery, and others at the time of delivery. Electronic formats like PDF, DXF, and Microsoft Word/Excel are generally acceptable, with some physical copies also required. All documentation is to be provided to Bob McClure at Rock Island Arsenal.
    This Request for Quote (RFQ) from the Army Contracting Command – Rock Island (ACC-RI) seeks proposals for the upgrade and modernization of two gymnasticators at the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIAJMTC). Valued at $25,500,000.00, this is a commercial small business set-aside, intended to result in a Firm-Fixed-Price (FFP) contract. The Period of Performance is 365 days after the award, with payment processed electronically via Wide Area WorkFlow (WAWF). The document details stringent access, safety, and security requirements for contractors at Rock Island Arsenal, including visitor preregistration, adherence to safety regulations, and a prohibition on concealed weapons. It also incorporates various FAR and DFARS clauses governing contract terms, conditions, and evaluation criteria, emphasizing compliance with federal acquisition regulations and cybersecurity. Technical capability and price are key evaluation factors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Rate Gyroscope CN-1552/A and CN-1564/A Repair Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for the repair services of Rate Gyroscopes CN-1552/A and CN-1564/A, critical components for the stability and control systems of Black Hawk UH-60A/L Helicopters. The procurement involves a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a performance period of five years anticipated to commence in February 2026, focusing on testing, inspection, and repair services to ensure operational readiness. Interested vendors must submit their quotes electronically by December 23, 2025, and are encouraged to review the attached Performance Work Statement and other documents for detailed requirements and evaluation criteria. For inquiries, contact Alyson Scholz at alyson.n.scholz.civ@army.mil.
    DMGMori ServiceRemedial/Emergency for Watervliet Arsenal, Watervliet, NewYork (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting quotes for a maintenance agreement for DMG MORI CNC Production Machines, specifically for remedial and emergency repairs. The contract will cover labor, materials, and equipment necessary for these repairs from January 1, 2026, to December 31, 2026, and emphasizes strict adherence to delivery schedules and quality standards, with past performance being a critical evaluation factor. This procurement is vital for maintaining the operational efficiency of the machinery used in defense production, ensuring that the equipment remains functional and reliable. Interested parties should submit their electronic bids in the specified formats, and for further inquiries, they can contact Christopher Battiste at christopher.k.battiste.civ@army.mil or by phone at 518-266-4607.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.
    UH-60 GEARBOX, ASSEMBLY UPGRADE AND OVERHAUL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is seeking potential sources for the inspection, overhaul, and upgrade of the UH-60 Gearbox, Assembly. This procurement aims to ensure the availability of services, facilities, labor, and materials necessary to return the gearbox to a condition code A, as defined by Army regulations, highlighting its critical safety status. Interested contractors must submit a capabilities statement by December 29, 2025, to the primary contact, Jason Howell, at jason.l.howell4.civ@army.mil, with the possibility of a single award contract structured as a Firm Fixed Price, Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The applicable NAICS code for this opportunity is 336413, and the government encourages responses from small businesses, with a minimum quantity of 30 and a maximum of 180 units anticipated.
    Tooling BPA
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for multiple Blanket Purchase Agreements (BPAs) to support the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). These BPAs will facilitate the acquisition of weld fixtures, machining fixtures, assembly fixtures, gauges, and dies, with a contract duration of five years and firm-fixed-price orders. The goods and services procured are critical for the manufacturing and technology operations at RIA-JMTC, ensuring compliance with industry standards and operational efficiency. Interested contractors must register in the Joint Certification Program (JCP) and submit their proposals, with individual orders not exceeding $350,000, evaluated based on various criteria including past performance and pricing. For further inquiries, contact Christine Baker at christine.c.baker6.civ@army.mil or Brandy Huesmann at brandy.m.huesmann.civ@army.mil.
    Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Trainng (OPNET/MNET) Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command–New Jersey, is seeking to extend the ordering period for the Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) Services. This procurement involves a modification to Contract W15QKKN-17-D-0007, which will extend the ordering period by one year and increase the maximum contract value to facilitate the production, kitting, delivery, fielding, testing, and training associated with the Mortar Fire Control Systems. These systems are critical for enhancing the operational capabilities of U.S. Army units. Interested parties can reach out to Michael Samra at michael.w.samra.civ@army.mil or by phone at 973-724-3965, or contact Amy Sentner at amy.sentner.civ@army.mil or 609-562-5649 for further details.
    M1A1 Abrams Tank Turret Armor Installation - Redacted J&A
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Detroit Arsenal, intends to award a sole-source contract to General Dynamics Land Systems (GDLS) for the removal of existing armor and installation of Foreign Military Sales (FMS) armor on 116 M1A1 Abrams tank turrets designated for Poland. This procurement is justified under FAR 6.302-1, citing GDLS as the Original Equipment Manufacturer (OEM) with the unique expertise and secure facilities necessary for this specialized work, as market research indicated no other capable sources. The contract, valued at approximately $24,841,028.25, includes an initial delivery of 28 turrets by the end of fiscal year 2022, with an option for an additional 88 turrets in early fiscal year 2023, emphasizing the urgency of providing Poland with combat-ready vehicles. For further inquiries, interested parties may contact Thomas Monette at thomas.j.monette6.civ@army.mil or by phone at 571-588-9189.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.