Catholic Priest Services
ID: FA251725Q0081Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Religious Organizations (813110)

PSC

SOCIAL- CHAPLAIN (G002)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Space Base Delta 1 (SBD 1) is seeking a Roman Catholic Priest to provide non-personal services at Peterson SFB, with support to Schriever SFB and Cheyenne Mountain SFS. The contractor will work approximately 25 hours per week, not exceeding 125 hours monthly, with potential for up to 40 hours during peak weeks. Key responsibilities include presiding over Catholic liturgical activities, managing Catholic programs, providing pastoral care, and offering administrative support. Services encompass weekly masses, sacraments (reconciliation, baptisms, weddings, funerals), and special holiday services. The priest will also attend chapel staff meetings, maintain sacramental records, and serve as a liaison between the Archdiocese for the Military Services (AMS) and local Catholic parishes. Qualifications require a Roman Catholic Priest in good standing with ecclesiastical endorsement from the AMS, a baccalaureate degree, and a post-baccalaureate graduate degree in theology or related studies. The contractor must also undergo background checks, maintain professional conduct, and be available for emergencies. The government will provide facilities, equipment, and training, but the contractor is responsible for taxes and substitute compensation.
    Attachment 2, titled "CLIN Price Sheet - Peterson Catholic Priest Services," is a federal government RFP document outlining the pricing structure for Catholic Priest Services. It details six Contract Line Item Numbers (CLINs) and corresponding Sub-Line Item Numbers (SLINs), each specifying Catholic Priest Services in accordance with a Performance Work Statement (PWS). The periods of performance for these services span annually from January 2026 to January 2030, with an additional period from January to June 2031. The document includes fields for unit, quantity (12 months for annual services and 6 months for the final period), unit cost, and extended price, all currently listed as $0.00, indicating areas to be filled by offerors. It also has sections for contractor information such as organization, point of contact, CAGE code, phone, and email. Instructions explicitly state that only the yellow cells (for pricing and contractor information) are to be filled by offerors, making it a critical component for bidding on these services.
    This document, Wage Determination No. 2015-5417, Revision No. 30, outlines the minimum wage rates and fringe benefits for service contract employees in El Paso and Teller Counties, Colorado, as mandated by the Service Contract Act and Executive Orders 14026 and 13658. It details hourly wage rates for various occupations, including administrative, automotive, food service, health, and technical roles. The document specifies different minimum wage rates based on contract award dates and renewals, with $17.75 per hour for contracts entered into or renewed after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed. It also covers fringe benefits such as health and welfare, vacation, and eleven paid holidays. Special provisions include night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. The document also details the conformance process for unlisted occupations, ensuring fair compensation for all covered workers.
    This government file, Wage Determination No. 2015-5417, outlines the minimum wage rates and fringe benefits for service contract employees in El Paso and Teller Counties, Colorado, under the Service Contract Act. It details different minimum wage rates based on the contract award date and applicable Executive Orders (14026 and 13658), with annual adjustments. The document provides extensive lists of occupations with their corresponding hourly wage rates, along with provisions for health and welfare benefits, vacation, and paid holidays. It also includes specific guidelines for computer employees and air traffic controllers regarding their wage exemptions and differentials. Furthermore, it addresses hazardous pay, uniform allowances, and the conformance process for unlisted job classifications, emphasizing adherence to the Service Contract Act Directory of Occupations for duty descriptions.
    DD Form 2088, "Statement of Ecclesiastical Endorsement," is a Department of Defense (DoD) form used to verify the professional and ecclesiastical qualifications of Religious Ministry Professionals applying for chaplain appointments in the U.S. Military Services. This form is essential for initial appointments or changes in career status for chaplains. It collects information from an ecclesiastical endorsing agent, including their authorization to represent a religious organization, and verifies the applicant's credentials in accordance with DoD Instruction 1304.28. The form also gathers personal and professional details about the prospective chaplain, such as their ministry experience, prior military service, and ordination information. Additionally, it specifies the military service (Army, Navy, Air Force) to which the application is being submitted and provides details about the religious organization granting the endorsement, including its 501(c)(3) exempt status. The disclosure of information on this form is voluntary and is protected under the Privacy Act of 1974.
    The Performance Work Statement (PWS) outlines the contract for providing Roman Catholic priest services at Space Base Delta 1 (SBD 1) and associated locations. The contractor will fulfill responsibilities including conducting religious services, managing Catholic programs, and collaborating with the Catholic Parish Advisory Council. Duties involve officiating mass, sacraments, and special liturgical events while adhering to military regulations and directives. The contract requires approximately 25 hours of work weekly, with the possibility of increased hours during significant religious periods. The contractor must maintain ecclesiastical endorsements, comply with background checks, and submit monthly reports on ministry activities. Facilities will be provided by SBD 1 Chapel, including office space, equipment, and clerical support, ensuring a collaborative environment for fulfilling the Catholic community’s needs. The intent of this document aligns with government contracting procedures to secure religious services for military personnel and their families, reflecting the military’s commitment to accommodating diverse faith traditions within a professional and structured environment.
    The document outlines a pricing sheet for Catholic Priest Services in accordance with the Performance Work Statement (PWS), detailing various periods of performance from January 1, 2026, to June 30, 2031. It specifies a total of six contract line items (CLINs), with each line item representing a 12-month contract for services, except for the final line item, which covers a 6-month term. The document instructs offerors to enter unit costs in designated cells, with all financial entries presently showing as $0.00. The purpose of this pricing sheet is to facilitate the bidding process for federal and possibly local contracts, reflecting transparent pricing in adherence to procurement practices. The reliance on a clear pricing structure indicates a structured approach to obtaining necessary religious services for governmental functions, while the specified periods allow for long-term planning and budgeting.
    The government file pertains to federal and state RFPs (Requests for Proposals) and grants aimed at soliciting proposals for various projects and initiatives. These documents outline specific funding opportunities available for public and private entities, detailing eligibility requirements, submission guidelines, and evaluation criteria. The overarching purpose of these proposals is to foster innovation, development, and public service improvements through collaborative efforts between government and organizations. Key elements likely discussed include project scopes, funding allocations, and timelines for proposal submissions. Emphasis is placed on transparency and accountability in the process, ensuring that funded projects meet governmental standards and community needs. The document serves as a crucial resource for applicants seeking to navigate the complex landscape of government funding and support, while aiming to enhance public programs and infrastructure.
    The document provides a detailed wage determination under the Service Contract Act by the U.S. Department of Labor, including required minimum wage rates and fringe benefits for various occupations in Colorado, specifically El Paso and Teller counties. It outlines that contracts awarded on or after January 30, 2022, must pay workers at least $17.75 per hour (or the prescribed applicable rate). For contracts awarded between January 1, 2015, and January 29, 2022, the minimum rate is $13.30 per hour unless a higher rate is specified. The document lists numerous occupations along with their corresponding wage rates, emphasizing the need for compliance with the Service Contract Act and related Executive Orders. It also specifies benefits such as health and welfare allowances, vacation, and holidays, alongside guidance for conformance processes for unlisted job classifications. This determination is vital for federal contractors to ensure compliance with wage and benefit standards during contract fulfillment, thereby protecting worker rights and maintaining fair labor standards in government contracting.
    The DD Form 2088, titled "Statement of Ecclesiastical Endorsement," serves to verify the qualifications of Religious Ministry Professionals seeking appointments as military chaplains. Authorized endorsing agents from recognized religious organizations complete the form, which includes sections for the agent's verification and the prospect's personal and professional information. Key components include the prospect's name, Social Security number, military service history, and the source of ordination. The form must be sent to the Chief of Chaplains of the respective military branch and is an essential part of the chaplain's official military record, protected under the Privacy Act of 1974. The document also outlines the voluntary nature of information disclosure and associated requirements for compliance. As part of the military's chaplaincy process, this form underscores the importance of proper religious credentials and the necessary bureaucratic steps for ecclesiastical endorsements across military services.
    The Department of the Air Force, United States Space Force, 21st Contracting Squadron, is issuing a Request for Quotation (RFQ) FA251725Q0081 for Catholic Priest Services at Space Base Delta 1 (SBD 1), Peterson Space Force Base, and supporting locations. This is a 100% small business set-aside under NAICS code 813110. The selected contractor will serve as the Roman Catholic Priest, responsible for liturgical, worship, and religious activities as outlined in the Performance Work Statement (PWS). The contract will be a Firm Fixed Price (FFP) purchase order, awarded to the lowest priced technically acceptable (LPTA) offeror. The period of performance includes a base year, four option years, and a six-month extension. Quotes are due by September 19, 2025, 10:00 A.M. Mountain Time, and must include a cover letter, technical approach, DD Form 2088, and a completed CLIN Price Sheet. Offerors must be registered in SAM.gov.
    The U.S. Space Force's 21st Contracting Squadron has issued a Request for Quotation (RFQ) for Catholic Priest Services at Space Base Delta 1, with the aim of providing spiritual support to the Catholic community. The contractor is responsible for overseeing liturgical activities and coordinating with the Catholic Parish Advisory Council. The solicitation is a combined synopsis inviting quotes, with due date set for 22 August 2025. The contract, expected to be a Firm Fixed Price (FFP) award, will be granted to the most technically acceptable offeror who meets the government’s Lowest Price Technically Acceptable (LPTA) criteria. All participants must comply with the outlined specifications and submit required documentation, including a detailed pricing sheet, by the specified deadlines. Performance will be mainly at Peterson Space Force Base, with additional responsibilities at Schriever SFB and Cheyenne Mountain SFS. The solicitation is a small business set-aside, adhering to federal procurement standards, emphasizing the requirement for registration with the System for Award Management (SAM). The response evaluation includes technical readiness and price fairness, and the government reserves the right to cancel the RFQ at any stage without incurring costs to offerors.
    This government document, an Amendment of Solicitation/Modification of Contract (Standard Form 30), primarily serves to extend the due date for Solicitation Number FA251725Q0081. Specifically, the response due date has been moved from September 19, 2025, to October 20, 2025. The document outlines the procedures for acknowledging such amendments, emphasizing that failure to do so by the specified time may result in the rejection of an offer. It also details the various applications of this form, including amendments to solicitations and modifications to contracts/orders, and provides fields for accounting data, contract details, and signatures from both the contractor/offeror and the contracting officer.
    This document is Amendment/Modification 0002 to Solicitation FA251725Q0081, issued by the United States Space Force. Its primary purpose is to extend the due date for offers from August 22, 2025, to September 19, 2025. The amendment details the process for acknowledging receipt, either by completing specific items on the form, acknowledging on each offer copy, or via separate communication. It also specifies that any changes to an already submitted offer must reference the solicitation and amendment numbers and be received before the new opening date. The document reiterates that all other terms and conditions of the original solicitation remain unchanged.
    Amendment 0004 to Solicitation FA251725Q0081 extends the due date for offers from November 20, 2025, to January 31, 2026. This amendment, issued by FA2517 21 CONS LGC, Peterson AFB, CO, modifies the original solicitation dated August 20, 2025. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in the rejection of an offer. Changes to already submitted offers must also reference this amendment and be received by the new deadline. This document also outlines procedures for contract modifications, administrative changes, and supplemental agreements, emphasizing that all other terms and conditions of the original solicitation remain in full force and effect.
    Lifecycle
    Title
    Type
    Catholic Priest Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Auxiliary Catholic priest
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure the services of an Auxiliary Catholic priest at Laughlin Air Force Base in Texas. This opportunity involves providing chaplain services, which are essential for supporting the spiritual needs of military personnel and their families. The procurement is part of a broader initiative to ensure that adequate religious support is available within the military community. Interested parties can reach out to Alejandro Alvarado at alejandro.alvarado.3@us.af.mil or by phone at 830-298-5992, or contact Ruth Elias Hernandez at ruth.eliashernandez@us.af.mil or 830-298-5495 for further details.
    ROMAN CATHOLIC PRIEST DAY-TIME SERVICE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotes for Roman Catholic Priest Day-Time Services at the Naval Medical Center San Diego, California. This procurement aims to provide essential spiritual and pastoral care to active-duty military personnel, their dependents, and eligible beneficiaries, addressing a shortage of Navy Catholic Chaplains. The contract includes a base period from January 6, 2026, to January 5, 2027, with four optional one-year extensions, and requires the contractor to be an ordained Roman Catholic priest with specific qualifications. Interested parties must submit their quotes electronically by 10:00 AM Pacific on December 10, 2025, to Dernell Wade at dernell.w.wade.civ@health.mil, and comply with various federal acquisition regulations.
    Roman Catholic Services PA Army National Guard W912KC26QA002
    Buyer not available
    The Department of Defense, specifically the Pennsylvania Army National Guard, is seeking qualified contractors to provide Roman Catholic religious support services at Fort Indiantown Gap, Pennsylvania. The contract requires the contractor to conduct weekly Sunday Mass, Holy Day Mass on Ash Wednesday, and weekly confession opportunities, all to be performed at the Post Chapel (Building 08) from January 1, 2026, to December 31, 2030. This service is essential for the spiritual well-being of military personnel and their families, ensuring access to religious rites and sacraments. The total contract value is estimated at $13 million, and interested parties must submit their proposals, including proof of SAM registration and a history of providing similar services, by the specified deadlines. For further inquiries, contact John M O'Boyle at john.m.oboyle.civ@army.mil or Raymond C Folweiler at raymond.c.folweiler.civ@mail.mil.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Buyer not available
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    Mortuary Services Agreements
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for a Mortuary Services Agreement. This agreement is a Total Small Business Set-Aside and falls under the category of MEMORIALS; CEMETERIAL AND MORTUARY EQUIPMENT AND SUPPLIES. The place of performance for this agreement is Colorado Springs, CO, USA. The primary contact for this procurement is Tiana Glenn, who can be reached at tiana.glenn@spaceforce.mil or 7195562195. The secondary contact is TSgt Eric Wienke, who can be reached at eric.wienke@spaceforce.mil or 7195565386. The purpose of this solicitation is to establish a Blanket Purchase Agreement (BPA) for mortuary services with a minimum order value of $1.00 and a maximum ceiling of $249,999.99. The BPA will have a period of performance of up to five years. Small businesses are eligible to participate in this solicitation.
    Peterson SFB Wifi Services
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    OFF BASE PRIORITY CHILD CARE REFERRALS
    Buyer not available
    Solicitation DEPT OF DEFENSE is requesting pricing for childcare services in Colorado Springs, CO. The services will consist of referring childcare slots to off-base facilities to support the mission needs of PSFB. Multiple blanket purchase agreements will be established with approved vendors. Families can request care through militarychildcare.com, following the DoD priority system. Only written quotes will be accepted.
    SSC/SZQ AutoCAD Mandatory Source ESI 1 ur License Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to renew a mandatory source license for AutoCAD software, identified by DLT Part No: 9701-1004935 and MGF Part No: C1RK1-00N755-L640. This procurement is essential for maintaining operational capabilities within the Air Force, as AutoCAD is a critical tool for design and engineering tasks. The place of performance for this contract will be in Colorado Springs, CO, and interested vendors can reach out to Heather Baldwin at heather.baldwin.4@spaceforce.mil or by phone at 440-990-5730 for further details. The opportunity is categorized under IT and Telecom - Business Application Software, with a PSC code of 7A21.