TruGolf - Golf Simulator
ID: FA252125QB046Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Amusement Arcades (713120)

PSC

VENDING AND COIN OPERATED MACHINES (3550)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement and installation of a TruGolf golf simulator program at Patrick Space Force Base in Florida. The project aims to enhance recreational facilities by providing a simulator that includes virtual courses and game modes, thereby improving indoor golf training capabilities for personnel. This initiative is part of a broader effort to modernize recreational offerings and ensure compliance with safety and operational standards. Interested vendors must submit their quotes in PDF or Word format by 9:00 A.M. EST on April 24, 2025, and can direct inquiries to Cynthia Whittaker at cynthia.whittaker@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The file details a government Request for Proposal (RFP) for the installation of a golf and multi-sport simulator system at Patrick SFB Shark Lanes Bowling Alley in Florida. The contractor is tasked with delivering and installing the simulator, which includes hardware, software, and training for six personnel. The project spans 60 days from the contract award date, with obligations to maintain safety standards and ensure minimal disruption to the bowling alley's operations. Key components of the project include the provision of all necessary supplies, equipment, and technical support. Additionally, the contractor is responsible for adhering to disposal regulations and ensuring the site is left clean post-installation. Payment terms are net 30 days, with acceptance criteria focusing on system functionality and training completion. The contractor must also facilitate access for personnel with required background checks before installation, ensuring compliance with local security regulations. Overall, this project emphasizes the implementation of a recreational technology system while maintaining adherence to government safety and operational standards.
    The document outlines the Statement of Work for the delivery and installation of a multi-sport simulator at Patrick SFB Shark Lanes Bowling Alley, with a primary focus on ensuring an efficient setup and effective training for staff. The contractor is responsible for providing and installing all necessary hardware and software, conducting system tests, and delivering training to six personnel on the system's basic operations. The contract's duration is 60 days post-award, and the contractor must ensure minimal disruption to normal operations. Additionally, they need to manage waste disposal responsibly and comply with safety regulations. Payment terms are net 30 days, and acceptance criteria include proper system installation and training completion. Key technical specifications include the TG Apogee MAX Simulator and various hardware components. Contractors must submit background information for personnel access to the installation site, with security checks required. Overall, the document is indicative of federal procurement processes and emphasizes compliance, safety, and operational continuity within government-funded projects.
    The document is a combined synopsis and solicitation issued by the federal government for the acquisition of a TruGolf golf simulator program, which includes virtual courses and game modes. The solicitation number FA252125QB046 serves as a reference for quotes, which are due by 9:00 A.M. EST on April 24, 2025. The associated North American Industry Classification System (NAICS) code is 713120, with a small business size standard of $9 million. Included attachments detail the scope of work and brand name specifications. Proposals must provide comprehensive technical information demonstrating capability to meet requirements, including price, warranty terms, and past performance references. The government intends to evaluate submissions based on technical acceptability, pricing, and past performance, with an emphasis on initial offers reflecting vendors' best terms. Moreover, vendors must specify whether items are from open market or General Services Administration (GSA) schedules, if applicable. The combined solicitation aims to procure a particular golf simulator system for use at Patrick Space Force Base in Florida, ensuring delivery within the United States.
    The document pertains to the installation of a golf simulator in a designated area, detailing essential specifications for the setup. The allocated space measures 17’-2” in width, 10’ in depth, and has a ceiling height of 12’, free of overhead obstructions. There is an absence of walls surrounding the installation area, with refurbished bowling lane wood flooring supplemented by artificial turf. Electrical outlets are strategically placed within the entertainment area, ensuring compatibility for the simulator's needs. Additionally, the site has access to two Wi-Fi-enabled modems with a substantial 1GB data connection, enabling remote support capabilities. This information is crucial for those involved in the request for proposal to ensure compliance and suitability for the golf simulator installation project, illustrating a significant investment in recreational facilities.
    The document addresses the installation requirements for a golf simulator within a defined space in a facility, indicating various preparatory details necessary for setup. The allocated area measures 17'2" in width, 10' in depth, and has a height of 12', with a total room size of 3,665.7 square feet. Overhead obstructions do not pose issues as the ceiling height is adequate, and there are no wall barriers within the designated space. The flooring consists of refurbished bowling lane wood combined with artificial turf. Electrical requirements detail the placement and quantity of outlets, depicted in an attached floor plan. Furthermore, the document confirms the availability of high-speed internet access through two Wi-Fi-enabled modems, ensuring remote support capability. This summary illustrates the preparation and infrastructure necessary for effective installation and operation of the golf simulator, emphasizing compliance and readiness for technological integration.
    The document outlines a Single Source Justification for the procurement of a TruGolf Max Golf Simulator by the 45th Force Support Squadron (FSS) for indoor golf training. The estimated cost for the contract is noted as $0.00, indicating potential funding or grant-related considerations. The simulator is specified to feature a 15-foot impact screen, navy fabric enclosure, a 5x12 tee box, TruGolf flooring, and an integrated APOGEE Launch Monitor, all powered by proprietary E6 software. The justification for a single-source procurement emphasizes that the TruGolf Max simulator is uniquely qualified to fulfill the required specifications, particularly due to its integrated launch monitor system and exclusive access to the E6 Connect software, which is unavailable from other suppliers. Market research conducted, including reviews of industry publications and outreach to suppliers, confirmed that alternative products lack the same level of realism and functionality. To promote future competition, the document commits to monitoring industry trends and collaborating with multiple vendors. The contracting officer, Cynthia Whittaker, certifies that the procurement adheres to regulatory stipulations under FAR regulations, asserting that only a single source meets the needs for this contract action, dated April 17, 2025. This report reflects the government's intent to ensure effective resource allocation while managing fiscal responsibility through informed purchasing decisions.
    The document provides invoicing instructions for the U.S. federal government, specifically targeting the Air Force Services Activity (AFSVA) at JBSA Lackland, Texas. It outlines the billing procedure for contractors, emphasizing the need for validation and approval of invoices based on work progress. Contractors are instructed to submit invoices electronically to specified contacts at the Space Force, including the Operations Supervisor and the Supervisory Financial Management Specialist, ensuring streamlined communication. Key contact details such as email addresses, phone numbers, and physical addresses are provided for both billing submission and invoice approval. This document is essential for ensuring proper financial management and compliance within federal contracting and procurement processes.
    The document outlines standard clauses for contracts involving Nonappropriated Fund Instrumentalities (NAFI) within the Department of Defense. It defines key terms such as Contracting Officer, Contractor, and NAFI, emphasizing the legal status of NAFIs and clarifying that no appropriated funds will be utilized. It establishes protocols for claims, protests, and appeals, detailing the process for resolving disputes and the rights of both parties. Additional provisions address social responsibility, including requirements to combat human trafficking, labor rights, and the prohibition of child labor. The document enforces compliance with insurance, procurement integrity, and environmental standards, including a commitment to sustainability. It prohibits specific items containing PFOS or PFOA, aligning with recent legislative mandates. The summary encapsulates the contractual obligations and responsibilities of both the NAFI and contractors, providing a comprehensive framework for managing contractual relationships and ensuring ethical compliance during service delivery. This structured approach aids in government procurement, facilitating accountability and adherence to legal standards.
    The document appears to outline plans for renovations or constructions involving a new golf simulator and entertainment area within an existing facility. It includes technical specifications for HVAC systems, such as duct dimensions and exhaust fans, as well as details on various spatial configurations, including restroom and mechanical room layouts. Key aspects include the integration of accessible electrical outlets and the arrangement of bowling lanes, indicating an effort to enhance the recreational spaces in the building. The purpose seems to clarify renovation elements necessary for a blended recreational and administrative setting, emphasizing compliance with required dimensions and facilities. Overall, the document indicates an initiative to improve user experience and functionality through these modifications, aligning with broader federal or local grant initiatives related to community development and leisure enhancements.
    Lifecycle
    Title
    Type
    TruGolf - Golf Simulator
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    30 FSS Sports Officials
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Sports Officials and Scorekeeping services at Vandenberg Space Force Base in California. The procurement aims to provide officiating and scorekeeping for various adult intramural, varsity, and youth sporting events, ensuring that all officials are certified and adhere to game rules and base-specific bylaws. This contract is crucial for maintaining organized and professional sporting activities at the base, enhancing community engagement and morale among service members and their families. Interested small businesses must submit their quotations by August 19, 2025, with an anticipated award date of October 1, 2025, and can direct inquiries to Vince Mills or Kristofer Clark via email.
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify U.S. vendors capable of providing advanced wargaming and simulation technologies for the Integrated Force Design initiative, known as the WarMatrix Ecosystem. The Air Force aims to transform its current capabilities by developing a digital system that enhances decision-making through advanced software, modeling and simulation (M&S), and Artificial Intelligence (AI), addressing existing challenges with outdated tools and disconnected systems. This initiative is crucial for achieving Decision Superiority and refining force design in future military campaigns. Interested vendors must submit capability briefs by January 9, 2026, at 2:00 PM EST, to Capt Richard Snyder at richard.snyder.12@us.af.mil, detailing their relevant technologies and experience.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products, technologies, and services, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. Interested offerors are invited to participate in a multi-phased submission process, with key deadlines for submissions extending into December 2025, and are encouraged to contact Crystal Price or Cassie DeBree for further information regarding the solicitation and requirements.
    Ground Based Radar Digitization (GBRD) Industry Day Site Visit
    Dept Of Defense
    The Department of Defense, through the U.S. Space Force (USSF), is hosting an Industry Day on January 7, 2026, at Cape Cod Space Force Station to discuss the Ground Based Radar Digitization (GBRD) program. This initiative aims to modernize six radar sites, including five Upgraded Early Warning Radars and one Perimeter Acquisition Radar Attack Characterization System, by digitizing legacy systems to enhance space domain awareness, improve radar performance, reduce sustainment costs, and address obsolescence. The USSF is particularly interested in industry solutions that leverage open-system architectures, utilize Commercial Off-The-Shelf (COTS) technology, and incorporate existing digital receiver technology. Interested parties must RSVP and complete a site access request by December 17, 2025, and contact Ms. Tracy Anderson at tracy.anderson.4@spaceforce.mil for further information.
    Simio Software License(s) Hill AFB, UT
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking to procure seven (7) Simio RPS Edition Single User Annual Subscription Licenses – Node Locked for use at Hill Air Force Base in Utah. This procurement aims to fulfill a requirement for software that includes technical support and updates, essential for operational efficiency within the Air Force. The licenses are expected to be delivered within 30 days after receipt of order to the designated shipping address at Hill AFB. Interested vendors should contact Kevin Hutchison at kevin.hutchison.2@us.af.mil or Devin Laughter at devin.laughter@us.af.mil for further details and to express their interest in this opportunity.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    DAF MWR Gaming League Sponsorship Support
    Dept Of Defense
    The Department of the Air Force is seeking commercial sponsorship support for its Morale, Welfare, and Recreational (MWR) E Gaming initiative, aimed at enhancing community engagement and recruitment efforts through competitive and recreational gaming events. This opportunity allows sponsors to connect with a dynamic audience of active duty and civilian personnel, comprising a significant gaming community with over 40,000 social followers. Sponsorship levels range from $25,000 to $150,000, offering various benefits such as logo placements and promotional materials at events and on social media. Interested sponsors should submit proposals at least one month prior to the desired partnership start date, and for further inquiries, they can contact Sheila Anderson at sheila.anderson@us.af.mil or the Air Force Services Center Marketing at afsva.svk.distro@us.af.mil.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.