Ft Bliss Catholic Priest Services
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 Department of the Army, W6QM MICC-FT RILEY, is soliciting proposals for Catholic Priest Services at Fort Bliss, TX, under Solicitation Number W911RX-26-Q-A034. This is a Total Small Business Set-Aside combined synopsis/solicitation (RFQ) to procure non-personal services for the USAG Fort Bliss Catholic population. The contract will be a Firm Fixed Price type, with evaluation based on Lowest Price Technically Acceptable (LPTA). Proposals are due by May 6, 2026, at 10:00 AM CST.
Scope of Work
The contractor shall provide ordained Catholic Priest services, including regular and special masses, sacraments (e.g., Penance, Confession, Baptism, Matrimony), Order of Christian Initiation of Adults (OCIA) instruction, pastoral care, counseling, and on-call emergency coverage. Services must adhere to Roman Catholic Church guidelines, the AMS Priests' Manual, Army Regulations, and Installation Chaplain Policies. The primary place of performance is Fort Bliss, TX, with potential services at White Sands Missile Range.
Key Requirements
Personnel must be ordained Catholic Priests, confirmed, in good standing with the Catholic Church, and endorsed by the Archdiocese of Military Services (AMS). Required documentation includes "Virtus" training for ministering to children and bona fide faculties. Compliance with DoDI 1402.5 for background checks and specific training (AT Level I, iWATCH, OPSEC) is mandatory. The contractor is responsible for all necessary supplies and equipment not provided by the government.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Period of Performance: One base year (anticipated start May 15, 2026) and four 12-month option years, with a potential six-month extension.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: May 6, 2026, 10:00 AM CST
- Published: April 15, 2026
Submission & Evaluation
Proposals must be submitted via email. Questions must be submitted in writing no later than 10 calendar days after solicitation release. Evaluation will be on a Lowest Price Technically Acceptable (LPTA) basis, considering Price, Technical Capability, and Past Performance. Offerors must attach a copy of their FAR & DFARS Report from sam.gov and hold prices firm for 90 days. Funds are not presently available, and the Government reserves the right to cancel the solicitation.
Special Considerations
Bidders must account for the Service Contract Act Wage Determination (SCA WD 2015-5229) for labor costs in El Paso and Hudspeth Counties, TX. A detailed deliverables schedule outlines ongoing reporting requirements, and estimated workload data is provided to assist with pricing.