Catholic Coordinator of Religious Education (CRE)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The MCIPAC Regional Contracting Office (Dept Of Defense, DEPT OF THE NAVY) is soliciting proposals for Catholic Coordinator of Religious Education (CRE) services aboard MCAS Iwakuni, Japan. This Unrestricted solicitation (M67400-26-Q0008) seeks to procure comprehensive religious education and support for Roman Catholic personnel and their families. Proposals are due by April 10, 2026, 3:00 PM Japan Standard Time (JST).
Scope of Work
The contractor will furnish all labor, materials, and administrative support for Catholic religious education services. Key responsibilities include:
- Coordinating and administering weekly Confraternity of Christian Doctrine (CCD) classes.
- Organizing and supporting the Order of Christian Initiation for Adults (OCIA) program and Adult Faith Formation.
- Coordinating sacramental preparations (Baptism, First Communion, Confirmation, Marriage, Reconciliation).
- Planning and executing two pilgrimages and one family retreat annually.
- Recruiting, training, and supervising adult volunteers (catechists).
- Maintaining program records, student rosters, and submitting monthly/annual reports.
- Coordinating events, facility reservations, and ordering necessary supplies.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Product Service Code (PSC): G002 (Chaplain Services)
- NAICS Code: 811310 (Commercial and Trade Services)
- Set-Aside: Unrestricted
- Period of Performance:
- Base Year: May 1, 2026 – April 30, 2027
- Option Year 1: May 1, 2027 – April 30, 2028
- Option Year 2: May 1, 2028 – April 30, 2029
- Questions Due: April 3, 2026, 3:00 PM JST
- Proposal Due: April 10, 2026, 3:00 PM JST
- Published Date: March 27, 2026
Submission & Evaluation
Offerors must complete the attached solicitation document and provide a technical plan/description addressing all tasks in the Performance Work Statement (PWS). Proposals must be submitted electronically. Evaluation factors include Technical Acceptability, Past Performance, and Price. Prices must be in whole numbers, held firm for 60 calendar days. Bidders must provide details on up to five previous contracts for past performance.
Eligibility & Special Requirements
Responsible Offerors must be active in the System for Award Management (SAM). Contractor personnel performing in Japan must comply with specific USFJ instructions and Status of Forces Agreement (SOFA) requirements, including satisfactory background checks. Required skills include proficiency in English communication, planning, organization, and leadership, with at least one year of relevant experience and a High School diploma/GED. Travel costs are not reimbursable; the government will provide necessary supplies.