Catholic Religious Education Coordinator
ID: FA4419-25-Q-0028Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- GENERAL (U009)

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 proposals for the position of Catholic Religious Education Coordinator at Altus Air Force Base in Oklahoma. The contractor will be responsible for providing Catholic religious education services in accordance with guidelines from the Archdiocese for the Military Services and Air Force instructions, ensuring effective program operation and compliance with security protocols. This opportunity is a total small business set-aside under NAICS code 611710, emphasizing the importance of religious education within the military community. Interested vendors must submit their proposals by May 30, 2025, and can direct inquiries to Lauren Coleman at lauren.coleman.4@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil for further assistance.

    Files
    Title
    Posted
    The document outlines federal contracting clauses incorporated by reference in RFP FA441925Q0028, addressing compliance and regulations pertinent to government acquisitions. Key clauses include guidance on contractor responsibilities, whistleblower rights, antiterrorism training, and safeguarding sensitive information. Provisions extend to business operations with regulated entities, primarily those linked to foreign regimes and specific geographic regions like the Xinjiang Uyghur Autonomous Region. Moreover, the document details payment processes through the Wide Area Workflow (WAWF) system, emphasizing electronic submission and certification requirements. Evaluation criteria for contract awards emphasize technical capabilities, pricing, and past performance. Additionally, the document mandates compliance with various federal laws and executive orders, particularly regarding labor practices and environmental considerations, ensuring that contractors adhere to ethical standards in federal procurement. The purpose of this document is to inform potential contractors of the necessary terms, compliance requirements, and evaluation metrics essential for submitting proposals in line with federal procurement practices.
    The document outlines the responsibilities and qualifications for a Catholic Religious Education Coordinator position at Altus Air Force Base. The coordinator is responsible for overseeing religious education programs aligned with guidelines from the Archdiocese for Military Services and Air Force instructions. Key qualifications include being a practicing Catholic, holding AMS certification or equivalent experience, completing youth protection training, and proficiency in Microsoft Office. The contractor must coordinate youth and adult programs, maintain sacramental records, and handle recruitment and training of educators. The scope includes classroom management, ensuring proper student-teacher ratios, and collaborating with the Catholic Chaplain for curriculum development and purchasing supplies. Security protocols require a favorable background check and adherence to facility access guidelines. The contractor will also prepare event calendars and oversee safety compliance during operations. The position is supported by the Wing Chaplain and emphasizes teamwork within the pluralistic military environment. This role contributes to the spiritual welfare of service members and their families, reflecting the military's commitment to diverse religious education.
    The document outlines the request for proposals (RFP) for the position of Catholic Religious Education Coordinator at Altus Air Force Base. The coordinator is tasked with providing Catholic religious education in alignment with the guidelines set by the Archdiocese for the Military Services and Air Force instructions. Key requirements include comprehensive knowledge of Catholic teachings, AMS certification, youth protection training, and proficiency in Microsoft Office. The contractor must ensure the effective operation of religious education programs, manage volunteer recruitment, and maintain sacramental records. Responsibilities also include coordinating curriculum, overseeing classroom setups, and managing annual budgets. Compliance with security and installation access procedures is mandated, including background checks and adherence to antiterrorism policies. The contractor must report attendance and training records regularly and conduct all duties within the pluralistic environment of the Air Force Chaplain Corps. This RFP aims to ensure the delivery of quality religious education while maintaining a safe and accessible environment for participants.
    The document outlines specific requirements for submitting proposals in response to a government Request for Proposals (RFP). It emphasizes that price submissions must be made using a designated form provided in the Combined Synopsis/Solicitation document, while technical submissions must be submitted through a separate document that clearly articulates the offeror's capabilities and compliance with solicitation requirements. Proposals should avoid vague statements and provide detailed evidence supporting their claims, as the evaluation will be based solely on the presented information, assuming the government has no prior knowledge of the offeror's qualifications. Additionally, submissions must be sent electronically via specified email addresses, and offerors are required to ensure their System for Award Management (SAM) entry correctly reflects the appropriate North American Industry Classification System (NAICS) Code 611710 for educational services. This RFP is part of standard federal contracting processes designed to ensure well-documented and competitive bids.
    The document outlines the evaluation criteria for awarding contracts related to commercial products and services, specifically emphasizing the selection of bids that present the best value to the Government. It highlights two main evaluation factors: Price and Technical Acceptability. The evaluation process prioritizes the Total Evaluated Price (TEP), encompassing the base period and four option years, with an additional consideration for extending services. Technical acceptability assesses whether proposals meet the specified requirements of the Performance Work Statement, determining them as "acceptable" or "unacceptable" based on their clarity and detail. Vendors must provide a comprehensive technical submission that convincingly demonstrates compliance with the solicitation's requirements. The document specifies the contract's objective: to provide Catholic religious education support at Altus Air Force Base. Eligibility for vendors includes registration with SAM.gov for the duration of the contract. The overall goal is to ensure contracts are awarded to the most advantageous offers to the Government, balancing price and technical quality effectively.
    The document outlines the Wage Determination No. 2015-5329 issued by the U.S. Department of Labor, detailing wage rates for various occupations covered under the Service Contract Act (SCA). It emphasizes compliance with minimum wage standards set forth in Executive Orders 14026 and 13658, mandating minimum hourly wages of $17.75 and $13.30 respectively for covered workers, depending on the contract's date and renewal status. Occupations across multiple categories, including administrative support, automotive services, food preparation, health occupations, and more, are listed along with specific wage rates. Fringe benefits, such as health and welfare, vacation, and paid holidays, are also detailed, ensuring workers receive adequate compensation and benefits. Compliance regulations are explained regarding additional classifications and wage rates for unlisted jobs performed under SCA contracts. The document stresses the importance of contractor adherence to these determinations and outlines the process for submitting a request for additional classifications through the conformance process. Overall, this wage determination serves to promote fair compensation for workers on federally funded contracts, aligning with government initiatives to ensure equitable labor standards.
    The memorandum from the 97th Air Mobility Wing at Altus Air Force Base serves as a notification to vendors regarding Contract Number FA441925Q0028. It indicates that the previous contract, FA441922P0019, was held by Lorrie Dyer and had a performance period from April 1, 2024, to March 31, 2025. This document informs vendors of revisions to the Performance Work Statement (PWS) and provides contact information for support: 2Lt Lauren Coleman as the Contract Administrator and Kelsey Brightbill as the Contracting Officer. The memorandum emphasizes the importance of maintaining communication for any required assistance, reflecting the structured processes typical in government RFPs. Overall, it highlights procedural updates and necessary communications vital for potential contractors engaged with federal projects.
    The document appears to contain an error, as it does not provide any substantive content related to federal government RFPs, grants, or state and local RFPs. Instead, it offers instructions for upgrading Adobe Reader to view the intended document format, which is not accessible as presented. Consequently, a summary cannot be constructed based on the provided text, as there are no key topics, ideas, or details to analyze or summarize. This absence prevents a comprehensive understanding of any intended subject matter or purpose related to government services. Further access to the original file or its contents is necessary to fulfill the summarization task effectively.
    The provided document appears to be an incomplete or inaccessible version of a government file regarding federal RFPs, grants, and state and local procurement opportunities. The file does not contain substantive content and instead indicates an issue with document display, prompting users to update their PDF viewer. The intent of such files typically focuses on informing potential vendors about funding opportunities, application processes, and project scopes related to government needs. In this context, these documents play a pivotal role in guiding organizations through the funding application procedures, ensuring compliance with regulations, and facilitating public procurement. Without additional content, no specific details or key ideas can be extracted or summarized, highlighting the necessity of accessing the correct version for a comprehensive analysis.
    The document addresses concerns related to the Performance Work Statement (PWS) for a contract involving a Catholic Religious Education Coordinator position at Altus AFB. Key revisions include updating qualifications to "practicing Catholic" with local attendance preferred, extending the deadline for resume submission to alleviate time constraints, and clarifying working expectations beyond the specified 40 Sundays. Additionally, the requirement for notifying about planned absences has been modified to specify two weeks' notice without an extended absence definition. The Service Delivery Summary has also been adjusted to include methods of performance threshold verification. These changes aim to streamline the RFP process, enhance clarity regarding expectations, and ensure that candidates are evaluated fairly while meeting the contract's requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Auxiliary Catholic priest
    Dept Of Defense
    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 Services PA Army National Guard W912KC26QA002
    Dept Of Defense
    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.
    Roman Catholic Priest Services USAG HI
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Garrison Hawaii (USAG-HI), is seeking qualified contractors to provide Roman Catholic Priest services at various military chapels in Hawaii. The contractor will be responsible for delivering regular and special Catholic masses, administering sacraments, offering pastoral care, and adhering to both Roman Catholic Church guidelines and Army regulations, with services performed by an ordained priest endorsed by the Archdiocese for the Military Services, USA. This opportunity is crucial for supporting the spiritual needs of the Catholic population within the military community, ensuring that religious services are accessible and compliant with established standards. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 18, 2025, at 10:00 am Hawaii Standard Time, as this is a sources sought notice aimed at gathering information for future procurement planning.
    Education & Training Office Technology Support
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Education & Training Office Technology Support at Spangdahlem Air Base, Germany. This procurement seeks non-personal services to provide computer technology support for 60 computers utilized in U.S. Air Force voluntary off-duty education programs, which are critical for testing Service members for promotion exams and mandatory upgrade training. Interested contractors must demonstrate at least five years of relevant IT support experience and comply with various federal acquisition regulations, with responses due by January 5, 2026, at 1600 CEST. For further inquiries, interested parties can contact Philip T. at Philip.Miu.1@us.af.mil or Angie Pequeno at angelica.pequeno.1@us.af.mil.
    Youth Ministry Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide Youth Ministry Services at Marine Corps Base Hawaii (MCBH) on Wake Island, Hawaii. The contract requires the provision of non-personal services for 15 hours per week over a 52-week period, focusing on establishing, implementing, and maintaining a comprehensive Youth Ministry Program in coordination with the Senior Chaplain. This initiative is crucial for supporting the spiritual and community needs of youth within the military environment. Interested vendors must respond to this Sources Sought notice with a one-page capability document detailing their approach to fulfilling the requirements. For further inquiries, vendors can contact RP1 Harvy Natac at harvy.b.natac.mil@usmc.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Aerospace & Defense Master of Business Program, IAW PWS dated 21 November 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to establish a 48-month Indefinite Delivery Contract (IDC) for an Aerospace & Defense Master of Business Program, as outlined in the Performance Work Statement (PWS) dated November 21, 2025. The contractor will provide workforce development and training materials, courses, and degree programs to support the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. This initiative is crucial for enhancing the skills and capabilities of personnel involved in aerospace and defense operations. Interested parties should note that quotes are due by December 19, 2025, with an anticipated award date of January 1, 2026. For further inquiries, contact Curtis Green at curtis.green.9@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Music Ministry Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide Music Ministry Services at Marine Corps Base Hawaii. The contract involves a non-personnel services role for a Music Coordinator who will lead contemporary Protestant worship services, manage rehearsals, select music, and oversee logistics, with a contract duration from May 2026 to May 2031, including a basic period and four option years. This service is crucial for maintaining spiritual support and community engagement among military personnel and their families. Interested vendors must submit a one-page capability document to RP1 Harvy Natac at harvy.b.natac.mil@usmc.mil, as this notice is for market research purposes and does not constitute a solicitation.
    Survival, Evasion, Resistance, and Escape (SERE) Support Services
    Dept Of Defense
    The Department of Defense, through the Air Force Installation Contracting Center (AFICC) 338th Enterprise Sourcing Squadron, is seeking qualified sources for Survival, Evasion, Resistance, and Escape (SERE) Support Services at Fairchild Air Force Base (AFB), WA, and Joint Base San Antonio (JBSA) – Lackland, TX. The procurement involves providing non-personal services for various SERE training programs, including advanced skills training, water survival, and conduct after capture, with the contract structured as a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) over a four-year base period and a two-year option period. This acquisition is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of performance and technical capability over price in the evaluation process. Interested offerors must register under NAICS code 611519 and submit proposals electronically by the specified deadlines, with the anticipated solicitation release around January 12, 2026. For further inquiries, contact Cameron Fernald at cameron.fernald@us.af.mil or Justin Haynes at justin.haynes.7@us.af.mil.