ATTN: This Solicitation has been extended to 17 September 2025 to accept more offers.
Combined Synopsis/Solicitation – Catholic Priest Services -
Solicitation Number: W911SG-25-Q-A042 Posted Date: August 13, 2025 Response Date: September 12, 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.