Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2025 SAM #8662
SOLICITATION NOTICE

G -- FBTX Clergy Catholic Priest

Notice Date
8/12/2025 2:36:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
W6QM MICC-FT BLISS FORT BLISS TX 79916-6812 USA
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG25QA042
 
Response Due
8/27/2025 2:00:00 PM
 
Archive Date
08/14/2025
 
Point of Contact
SSG Jarrett Gillium, Melissa Garcia
 
E-Mail Address
jarrett.m.gillium.mil@army.mil, melissa.e.garciaronquillo.civ@army.mil
(jarrett.m.gillium.mil@army.mil, melissa.e.garciaronquillo.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation � Catholic Priest Services Solicitation Number: W911SG-25-Q-A042 Posted Date: August 13, 2025 Response Date: August 27, 2025, 3:00 PM MST Set Aside: 100% Small Business NAICS Code: 813110 � Religious Organizations Product Service Code (PSC): G002 � Chaplain Services Type of Contract: Firm Fixed Price (FFP) Solicitation Type: Request for Quotation (RFQ) 1. Description This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The Mission and Installation Contracting Command (MICC) � Fort Bliss, in support of the Fort Bliss Religious Support Office, requires the services of a qualified Roman Catholic Priest to provide liturgical and pastoral support to Catholic military personnel and their families. This acquisition is restricted for small business concerns. The associated NAICS code is 813110 with a size standard of $13 million. A list of line item numbers and items, quantities and units of measure (including options) is provided in the table below: CLIN Item Description Qty U/I Unit Price Total Price 0001 Fort Bliss Catholic Priest (Full-Time) 12 Months 1001 Fort Bliss Catholic Priest (Full-Time) 12 Months 2001 Fort Bliss Catholic Priest (Full-Time) 12 Months 3001 Fort Bliss Catholic Priest (Full-Time) 12 Months 4001 Fort Bliss Catholic Priest (Full-Time) 12 Months Services shall have a period of performance of: Base Year: 1 Sep 2025 � 31 Aug 2026 Option I: 1 Sep 2026 � 31 Aug 2027 Option II: 1 Sep 2027 � 31 Aug 2028 Option III: 1 Sep 2028 � 31 Aug 2029 Option IV: 1 Sep 2029 � 31 Aug 2030 A Firm Fixed Priced Purchase Order is anticipated. 2. Performance Work Statement (Summary) The contractor shall provide all personnel, material and equipment necessary to perform the religious services as outlined within the performance work statement (PWS) incorporated into this contract. Required Services Include: � Celebrate Sunday and daily Catholic Mass � Administer sacraments: Reconciliation, Baptism, Eucharist, etc. � Provide pastoral counseling and spiritual direction � Conduct liturgical planning and support chapel activities � Facilitate Rite of Christian Initiation of Adults and Catholic religious education as required � Participate in chapel staff meetings and special events 3. Period of Performance � Base Period: September 1, 2025 � August 31, 2026 � Option Periods: Four (4) 12-month option years, subject to FAR 52.217-9 4. Place of Performance USAG FMWR ACTPO BLDG 2527 CHAFFEE RD, FORT BLISS TX 79916-2527 FORT BLISS, TX 79916-2527 UNITED STATES 5. Qualifications Offerors shall meet the following requirements: � Be an ordained Roman Catholic Priest, endorsed by the Archdiocese for the Military Services, USA (AMS) � In good ecclesiastical standing and authorized to conduct Catholic liturgical functions � Have a minimum of 2 years of pastoral experience � Must pass a federal background investigation (Tier 1 or higher) and comply with Army installation access procedures 6. Submission Instructions Interested offerors shall submit the following by the response date listed above: 1. Technical Capability Statement: This document should include Resume and Endorsement Letter from AMS. Resume must display a minimum of 2 years of pastoral experience. 2. Past Performance Information: Include 2 references where work similar to this requirement was performed 3. Price Quote (Firm Fixed Price � inclusive of all costs) 4. FAR 52.212-3 � Offeror Representations and Certifications (if not current in SAM) All quotes must be submitted via email to: SSG Jarrett Gillium Email: jarrett.m.gillium.mil@army.mil Melissa Garcia-Ronquillo Email: melissa.e.garciaronquillo.civ@army.mil 7. Evaluation Criteria Award will be made to the responsible offeror whose quote is technically acceptable and offers the lowest price, in accordance with FAR 13.106-2(b). Evaluation will be based on: � Technical qualifications and AMS endorsement � Relevant experience/past performance � Price 8. Applicable Clauses and Provisions The following FAR clauses and provisions apply: � 52.212-1 � Instructions to Offerors�Commercial Items � 52.212-2 � Evaluation�Commercial Items � 52.212-3 � Offeror Representations and Certifications�Commercial Items � 52.212-4 � Contract Terms and Conditions�Commercial Items � 52.212-5 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders Additional applicable clauses: � 52.217-5 � Evaluation of Options � 52.217-9 � Option to Extend the Term of the Contract � 52.232-33 � Payment by Electronic Funds Transfer�System for Award Management � DFARS 252.204-7012 � Safeguarding Covered Defense Information and Cyber Incident Reporting 9. SAM Registration All offerors must be registered in the System for Award Management (SAM.gov) prior to award, in accordance with FAR 52.204-7.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8bda677b90f24d03be7821511cd3600d/view)
 
Place of Performance
Address: Fort Bliss, TX 79916, USA
Zip Code: 79916
Country: USA
 
Record
SN07546710-F 20250814/250812230044 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.