Catholic Musician Leader - Fort McCoy, WI
ID: W911SA25QA029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Musical Groups and Artists (711130)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 23, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Feb 14, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking a Women-Owned Small Business (WOSB) to provide Catholic musician services at Fort McCoy, Wisconsin, from March 16, 2025, to February 28, 2026. The contractor will be responsible for supplying all necessary labor, transportation, equipment, and supervision to enhance worship activities for military personnel and their families, with an estimated total contract value of $15 million and options for four additional years. This procurement emphasizes the importance of supporting religious services within the military community while ensuring compliance with federal regulations and labor standards. Interested parties should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or call 502-898-1254 for further details and to submit quotes by the specified deadline.

Point(s) of Contact
Files
Title
Posted
The Performance Work Statement (PWS) outlines a non-personnel services contract for Catholic Musician Services to support worship activities at Fort McCoy's Religious Support Office. The contract requires the contractor to provide all necessary personnel, equipment, and supplies, while following specified performance standards without creating an employer-employee relationship with the government. The objectives include enhancing worship through music for military personnel and their families, while complying with the legal frameworks of religious practice as required by federal law. Key deliverables include musical support for regular and special services, rehearsals, and coordination with military schedules. The contractor must also maintain quality assurance through a Quality Control Plan and adhere to contractual obligations, including timely invoicing and compliance with various federal and local policies. The contract will span one base year with four optional extensions, focusing on flexibility in performance hours and locations suitable for religious services and community needs. This document highlights the government’s commitment to facilitating religious support, adhering to applicable security and operational frameworks while safeguarding taxpayer interests.
Jan 23, 2025, 3:26 PM UTC
The "Fort McCoy Antiterrorism/OPSEC Requirements Package Cover Sheet (2024 Update v3)" outlines the necessary compliance and reviews needed for federal contracts concerning antiterrorism (AT) and operations security (OPSEC). The document mandates that a signed cover sheet be included with all requirements packages, except for certain exempt contracts under $150,000. Key roles, including the organizational antiterrorism officer (ATO) and OPSEC officer, are required to review contracts for adherence to security protocols. The package specifies training requirements for contractors, including AT Level I awareness training and other specific security measures based on contract types. It addresses areas of contractor access to government facilities, food defense measures, classified information handling, and training for contractors operating in foreign environments. Each section provides clauses that must be included in the performance work statement (PWS) to certify compliance with Army regulations. Overall, the document serves as a framework to ensure that all contractors involved with federal contracts at Fort McCoy are adequately trained and assessed for security risks, thereby enhancing the facility's protection against potential threats. This thorough approach reflects the Army's commitment to maintaining robust operational security practices.
The Performance Requirements Summary (PRS) outlines the service expectations for contractors related to mission-critical tasks. Each performance objective specifies the service required, the standards for success, and the acceptable performance thresholds, which are crucial for effective mission execution. Key performance objectives include attending necessary meetings, maintaining a detailed log of work, providing scheduled music performances, and ensuring timely invoicing through the specified system. Performance for each task is monitored through periodic inspections and documented in monthly reports. The thresholds range from 75% for log submissions to a stringent 100% attendance for meetings and music performances, with additional provisions for missed scheduled events. These structured performance measures ensure compliance and quality in services rendered, supporting the overarching goals of government contracts and operations. Overall, this document serves as a framework for evaluating contractor performance and maintaining operational standards in line with federal contract requirements.
Jan 23, 2025, 3:26 PM UTC
The document outlines the deliverables schedule associated with a government contract, detailing specific submissions to be made by the contractor. Key deliverables include the Contractor’s Proposed Quality Control Plan (QCP), which must be submitted within ten workdays post-award, and annual iWatch Training documentation. Additional requirements involve providing logs of work performed on a monthly basis, as well as submitting invoices weekly by close of business on Wednesdays through the Wide Area Workflow (WAWF) system. Each deliverable's frequency, quantity, format, and submission recipient (Contracting Officer's Representative - COR) are specified to ensure compliance with the Performance Work Statement (PWS). This scheduling framework is critical to the effective management and accountability of government projects, ensuring that timelines are met and all parties are informed of progress and requirements.
Jan 23, 2025, 3:26 PM UTC
The document is a Wage Determination Log for Fort McCoy located in Monroe County, Wisconsin, referencing a specific wage determination number (2015-4929) and revision details. Individuals seeking detailed wage information for this location are directed to the U.S. government website, https://sam.gov/wage-determinations, where they can search using the provided wage determination number and revision date (22-Dec-24). This log serves as an essential resource for contractors and employers engaged in federal contracts, ensuring compliance with established wage rates applicable in the area. It contributes to the transparency and adherence to labor standards within federally funded projects, aligning with broader governmental objectives of fair compensation and workforce equity.
Jan 23, 2025, 3:26 PM UTC
The document outlines estimated workload data for various services, likely as part of a request for proposal (RFP) or grant reporting framework. It includes administrative tasks such as managing emails, invoices, and training, which require a cumulative estimation of up to 70 hours annually. Weekly services, encompassing rehearsals and worship, necessitate between 130 to 156 hours per year over 52 occurrences. Additionally, special services demand around 45 to 54 hours each year for 18 events. The data illustrates the distribution of time dedicated to different tasks, conveying the necessary hours to effectively execute the proposed services. This structured approach aligns with federal and local RFP requirements by emphasizing transparency and accountability in workload management. The document serves as a foundational reference for budgeting and resource allocation in compliance with government funding expectations.
Jan 23, 2025, 3:26 PM UTC
The document outlines a solicitation for a contract designated for a Women-Owned Small Business (WOSB) to provide musician services at Catholic Services located at Fort McCoy, WI, from March 16, 2025, to February 28, 2026. The contractor is required to supply all necessary labor, transportation, equipment, and supervision, resulting in an estimated total contract value of $15 million. This procurement includes options for four additional contract years and provisions for a six-month extension. The document specifies contractual requirements, including compliance with various Federal Acquisition Regulation (FAR) clauses and stipulations related to contractor performance evaluations. The UFO includes terms for discounting, billing procedures, and payment methods utilizing the Wide Area Workflow system for invoicing. Additionally, the document emphasizes the need for active registration in the System for Award Management (SAM) and outlines the criteria for evaluating offers, emphasizing the importance of submitting a complete quote by a specified deadline. This solicitation serves not only to procure services but also to support federal goals in promoting small business participation in government contracts, particularly those owned by women and other socioeconomic groups.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Catholic Musician Services at McConnell AFB, Wichita, KS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Catholic Musician Services at McConnell Air Force Base in Wichita, Kansas. The contractor will be responsible for managing and delivering a comprehensive Catholic music program, which includes overseeing musical planning, direction, and accompaniment for Masses and special events, as well as leading volunteer musicians and vocalists. This opportunity is crucial for supporting the spiritual needs of military personnel and their families through quality worship services. Interested parties must submit their capability statements by April 11, 2025, to the designated contacts, A1C Mohammed Diallo and Mrs. Sugeys Allen, with no pricing information included in the responses.
Protestant Musician Services at McConnell AFB, Wichita, KS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Protestant Musician Services at McConnell Air Force Base in Wichita, Kansas. The contractor will be responsible for all aspects of musical planning, directing, and leading worship services, rehearsals, and special events, in accordance with the Performance Work Statement (PWS). This role is crucial for supporting the Protestant Worship Service, which includes conducting 52 worship performances annually, weekly rehearsals, and up to 12 special events, while ensuring compliance with military chapel standards. Interested parties must submit their capability statements by April 11, 2025, to the designated contacts, A1C Mohammed Diallo and Mrs. Sugeys Allen, with no pricing information included in the response.
Offutt AFB Chapel Support Services
Buyer not available
The Department of Defense is seeking proposals for Chapel Support Services at Offutt Air Force Base in Nebraska, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract requires the provision of non-personal services, including leading Protestant and Catholic worship music, coordinating religious education, and managing youth ministry programs to support the spiritual needs of Airmen and their families. This initiative is crucial for enhancing the spiritual fitness of military personnel and fostering a supportive environment for their development. Interested parties must submit their quotes by April 24, 2025, with questions due by April 4, 2025, and can contact Colin Meyers at colin.meyers@us.af.mil or Tyler Imhoff at tyler.imhoff.1@us.af.mil for further information.
Ft Leavenworth ACB Catholic Clergy
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide non-personal Catholic Clergy services at the Military Correctional Complex in Fort Leavenworth, Kansas. The contractor will be responsible for delivering a range of spiritual services, including weekday and Sunday Mass, special services, confession, and pastoral counseling, aimed at enhancing the spiritual growth and rehabilitation of inmates. This contract is crucial for supporting the Directorate of Pastoral Care's mission to foster positive behavioral outcomes and reduce recidivism among incarcerated individuals. Interested parties should contact Roberto Yroz at roberto.c.yroz.civ@army.mil or 520-944-1087 for further details, with the contract set to span from May 30, 2025, to May 29, 2026, and options for extensions through 2030.
Catholic Religious Services Coordinator WPAFB (AFP)
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC) at Wright-Patterson Air Force Base (WPAFB), is seeking capabilities packages from potential sources to provide a Catholic Religious Services (CRS) Coordinator for the WPAFB Catholic Parish. The objective is to identify qualified suppliers, including small businesses and those with various socio-economic classifications, capable of delivering services as outlined in the Performance Work Statement (PWS), which includes responsibilities such as leading worship music, coordinating with the Chaplain, and ensuring compliance with security protocols. This opportunity is crucial for enhancing the religious support provided to military personnel and their families within a diverse community. Interested firms must submit their capabilities packages by November 29, 2025, to the primary contact, Therial Alsup, at therial.alsup@us.af.mil, with a maximum length of five pages detailing their qualifications and compliance with the specified requirements.
FY25 Catholic Religious Coordinator
Buyer not available
The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking information from potential contractors to provide non-personal services as a Catholic Religious Education Coordinator for the Maxwell Chapel. The contractor will be responsible for planning, teaching, and organizing a comprehensive Catholic religious education program for individuals aged 1 through adult, requiring close coordination with military and civilian activities in compliance with Air Force Chaplain Corps standards. This opportunity emphasizes the importance of addressing diverse religious needs within a military setting while adhering to strict operational guidelines. Interested parties must submit their responses, including general business information and capabilities, by 12:00 P.M. Central Standard Time on April 14, 2025, to the designated contacts, A1C Alexia Lassin and Mr. Jeremy Kersey, via the provided email addresses.
Catholic and Protestant Religious Education Coordinator
Buyer not available
The Department of Defense, specifically the 319th Contracting Squadron at Grand Forks Air Force Base in North Dakota, is seeking qualified contractors to provide Catholic and Protestant Religious Education Coordinator services. The selected contractor will be responsible for managing religious education programs, including children's and youth ministries, and ensuring compliance with federal regulations, while providing transportation and qualified personnel for these services. This opportunity is crucial for fostering religious education within the military community and will be awarded as a contract with a 12-month base period and four optional 12-month extensions. Interested parties must submit a capabilities package by April 18, 2025, to SSgt Luis Lopez-Rosales at luis.lopez-rosales@us.af.mil, with inquiries directed to the same contact.
G003 - Director of Music
Buyer not available
The Department of Defense, specifically the Naval Supplies Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a firm fixed price contract for the position of Director of Music. This procurement aims to fulfill the musical needs of the Navy, which plays a significant role in ceremonial and morale-boosting activities. Interested and capable vendors are encouraged to submit their quotes and supporting documentation to Nicholas Stewart at nicholas.t.stewart2.civ@us.navy.mil by the closing date specified in the solicitation. This opportunity is set aside for small businesses under the SBA guidelines, with the applicable NAICS code being 813110 for Religious Organizations.
Chapel Consolidation Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide Chapel Consolidation Services at Ramstein Air Base, Germany, under a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to support various religious services, including hiring qualified personnel for music direction and educational coordination across multiple faiths, with the contract period spanning from August 1, 2025, to July 31, 2030. This initiative is crucial for maintaining high-quality religious and community support within the military context, ensuring compliance with Air Force regulations and operational standards. Interested parties must submit their bids electronically by May 9, 2025, and are encouraged to attend a site visit scheduled for April 15, 2025, at Ramstein Air Base; for further inquiries, contact SrA Wilfredo Padilla Flores at wilfredo.padillaflores@us.af.mil or TSgt Carleen Clinger at carleen.clinger@us.af.mil.
G--002 Roman Catholic Priest
Buyer not available
Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR NORFOLK is seeking Chaplain Services. These services are typically used for providing religious support and counseling to military personnel. The services will be located at the Naval Support Activity South Potomac (NSASP) Chapel in Dahlgren, VA. The procurement will be a firm fixed-price contract and will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13. Potential vendors can download the request for quote from the websites http://www.neco.navy.mil and www.fbo.gov. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact LaSonia Kelley-Jones at lasonia.kelleyjones@navy.mil.