Catholic Priest Services- FMC Devens
Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: MA. Response deadline: Feb 17, 2026. Industry: NAICS 813110 • PSC G002.
Market snapshot
Awarded-market signal for NAICS 813110 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 813110
Description
U.S. Department of Justice
Federal Bureau of Prisons
Field Acquisition Office
On Behalf Of
Federal Medical Center, Devens
February 10, 2026
(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 15B20526Q00000010 is issued as a request for quotation (RFQ), for Roman Catholic Services, in accordance with the statement of work.
This acquisition is not set-aside for small business concerns.
This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
(ii) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable).
See attached SF-1449. Maximum quantities are 2 sessions per week for 52 weeks on the base year. There are 4 option years with the same quantities.
(iii) Description of requirements for the items to be acquired, including documentation supporting any brand name descriptions (see 12.102).
See attached statement of work. This is for Catholic priest services.
(iv) Date(s) and place(s) of delivery and acceptance and f.o.b. point (see part 47).
See statement of work. Services will be performed at FMC Devens. 42 Patton Road, Ayer MA, 01432 and the adjacent Federal Prison Camp.
(v) A list of solicitation provisions that apply to the acquisition (see 12.205(a)).
The following provisions are appliable:
- 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services
- 52.212-2, Evaluation—Commercial Products and Commercial Services
Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below.
(1) Price - The government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable;
(2) Past Performance – Go/No-Go Evaluation
Only Offerors receiving a "Go" rating under this factor will be considered eligible for award.
- 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation )
- 52.204-7 System for Award Management—Registration
- 52.225-2 Buy American Certificate
- 52.229-11 Tax on Certain Foreign Procurements—Notice and Representation
(vi) A list of contract clauses that apply to the acquisition (see 12.205(b)).
- 52.212-4, Terms and Conditions—Commercial Products and Commercial Services
- 52.203-17 Contractor Employee Whistleblower Rights
- 52.203-19 Prohibition on Requiring Internal Confidentiality Agreements
- 52.204-9 Personal Identity Verification of Contractor Personnel
- 52.204-13 System for Award Management – Maintenance
- 52.209-6 Protecting the Government’s Interest When Subcontracting with Debarred/Suspended Contractors
- 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
- 52.222-3 Convict Labor
- 52.222-19 Child Labor—Cooperation with Authorities and Remedies
- 52.222-35 Equal Opportunity for Veterans
- 52.222-36 Equal Opportunity for Workers with Disabilities
- 52.222-41 Service Contract Labor Standards
- 52.222-42 Statement of Equivalent Rates for Federal Hires
- 52.222-50 Combating Trafficking in Persons
- 52.222-62 Paid Sick Leave Under Executive Order 13706
52.225-1 Buy American-Supplies - 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
- 52.232-33 Payment by Electronic Funds Transfer—System for Award Management
- 52.233-3 Protest After Award
- 52.233-4 Applicable Law for Breach of Contract Claim
- 52.240-91 Security Prohibitions and Exclusions
- 52.216-18 Ordering
- 52.216-19 Order Limitations
- 52.216-21 Requirements
- 52.217-9 Option to Extend the term of the Contract
- 52.232-18 Availability of Funds
- 52.232-19 Availability of Funds for the Next Fiscal Year.
- JAR 2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material
- JAR 2852.201-70, Contracting Officer’s Representative
- JAR 2852.212-4 Contract Terms and Conditions, Commercial Items
- DOJ-02 Contractor Privacy Requirements
- DOJ-03 – Personnel Security Requirements for Contractor Employees
- DOJ-08 – Continuing Contract Performance During a Pandemic Influenza or Other National Emergency
(vii) The date, time, and place for receipt of offer and point of contact.
The completed solicitation package must be returned no later than 10:00 a.m. Eastern Standard Time on February 17th , 2026.
Vendors shall submit quotes only to:
- Charles Coushaine, Contracting Officer, Email: ccoushaine@bop.gov.
No fax, hand delivered, or mail-in quotes will be accepted. Please be sure to read the solicitation, statement of work, clauses and provisions.
Quotes MUST be good for 30 calendar days after close of the solicitation.
(viii) Any other additional information required by 5.101(c).
Any and all information will be posted to the General Services Administration, SAM.Gov website: www.sam.gov. All future information about this acquisition, including amendments, awards and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation
All responsible sources may submit a quotation, as appropriate, which will be considered by the Bureau of Prisons.
“System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Federal Bureau of Prisons is seeking quotations for Catholic priest services at FMC Devens, with a posted date of February 10, 2026, and a response deadline of February 17, 2026. This RFQ notifies potential bidders of a maximum of 2 sessions per week for 52 weeks, extendable over 4 option years. Offers must comply with specific FAR provisions and will be evaluated based on price and past performance.
The buyer seeks to contract for Roman Catholic services to support the spiritual needs of inmates at FMC Devens, ensuring services are compliant with government regulations and standards.
- Identify and prepare a quotation for Catholic priest services.
- Ensure compliance with FAR provisions and clauses.
- Evaluate pricing to ensure it is fair and reasonable.
- Document past performance evaluations for Go/No-Go criteria.
- Prepare all required submission documents by February 17, 2026.
- Completed SF-1449 form.
- Quotation valid for 30 days post-solicitation.
- Relevant past performance documentation.
- Proof of SAM registration.
- Compliance with applicable provisions and clauses.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific statement of work requirements.
- Performance metrics for evaluating the priest services.
- Detailed past performance criteria or examples.
- Clarification on what constitutes 'fair and reasonable' pricing.
- Additional contact points for questions about the solicitation.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.