Bowling Ball Return
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 Air Force is soliciting proposals for the removal of existing bowling equipment and installation of eight (8) new bowling ball returns and masking units for all sixteen (16) lanes at the Shaw Air Force Base bowling center in Shaw AFB, SC. This is a Total Small Business Set-Aside (NAICS 339920). Proposals are due by May 20, 2026, at 02:00 PM Local Time.
Scope of Work
The contractor will be responsible for the complete removal and certified disposal of all pre-existing bowling equipment. The core requirement is to install eight (8) new bowling ball returns and new masking units for sixteen (16) lanes. The new equipment must be fully operational and seamlessly compatible with the facility's existing control boxes, specifically Brunswick GSX Pinsetters and NEXGEN control boxes. The project includes a one-year warranty and lifetime technical support for all new equipment.
Key Specifications
Bowling Ball Returns:
- Must hold 12 balls with a lower rack for 8 additional balls, positioned at least 2" above lane level.
- Feature a mechanism for alternating left/right distribution and a high-speed blower for hand drying.
- Hoods must allow for quick, easy removal for access to motor, belts, and control box, with multiple color options.
- Include a hand intrusion safety device that stops power and emits a beeping noise if a foreign object is detected.
- Motors and control boxes must be above lane level for easier access, include a reset button, and a spare parts kit.
- Utilize existing electrical connections.
Masking Units:
- Must cover all 16 lanes, clearly indicating lane numbers.
- Upper and lower graphic panels secured with industrial "hook and loop" for easy removal, with customizable graphics.
- Capable of being raised and lowered manually by one person.
- Include upper and lower tier units, each panel covering 2 lanes, with a frame size of 89" x 114" from capping to top.
- Must cover pinspotters and visibly register first ball/second ball with LED lights.
- Utilize existing electrical connections.
Contract Details
- Contract Type: Firm Fixed Price.
- Delivery Schedule: 90 Calendar Days from the date of award receipt.
- Place of Performance: Bowling Center, Building 1401, 416 Recreation Street, Shaw AFB, SC 29152.
- Work Hours: Non-emergency work during normal duty hours (0730-1630, Monday-Friday), excluding US Government holidays. Only one lane to be shut down at a time for installation.
- Government Furnished Property: Water and electricity from existing sources.
Submission & Evaluation
- Offer Due Date: May 20, 2026, at 02:00 PM Local Time.
- Evaluation Factors: Lowest Price Technically Acceptable (LPTA). Offerors must provide a written technical approach (maximum 5 pages) demonstrating compliance with SOW minimum standards, rated as acceptable/unacceptable. The government will evaluate the first three acceptable offers.
- Eligibility: 100% Small Business Set-Aside. NAICS Code: 339920, Size Standard: 750 employees.
- Proposal Validity: Prices must be valid through September 30, 2026, and proposals valid for 60 calendar days from the due date.
Site Visit & Questions
- Site Visit: Scheduled for Tuesday, May 12, 2026, at 0900 EST.
- Base Access Request Submission: Due by Friday, May 8, 2026.
- Questions Due: Thursday, May 14, 2026, at 1400 EST.
Security & Base Access
Contractor personnel requiring access to Shaw AFB must undergo a criminal background check (7-10 days processing). Bidders must be aware of identification and citizenship documentation requirements. The contractor is responsible for maintaining employee listings, obtaining required passes/IDs, complying with base regulations (traffic, no weapons), safeguarding government property, and managing key control. A Base Access Request Template is provided for this purpose.