Skip to content
Department of Justice

Catholic Priest Services- FMC Devens

Solicitation: 15B20526Q00000015
Notice ID: 9800aff5589b49e79119f5d3b559b5e9

Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: MA. Response deadline: Mar 26, 2026. Industry: NAICS 813110 • PSC G002.

Market snapshot

Awarded-market signal for NAICS 813110 (last 12 months), benchmarked to sector 81.

12-month awarded value
$505,537
Sector total $332,115,687 • Share 0.2%
Live
Median
$93,668
P10–P90
$82,496$139,605
Volatility
Moderate61%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($505,537)
Deal sizing
$93,668 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MA
Live POP
Place of performance
Ayer, Massachusetts • 01432 United States
State: MA
Contracting office
Grand Prairie, TX • 75051 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MA20260001 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Massachusetts • Barnstable, Bristol, Dukes +5
Rate
Insulator/asbestos worker Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems (ZONE A)
Base $55.45Fringe $36.63
Rate
ZONE B)
Base $55.45Fringe $36.63
+97 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 97 more rate previews.
Davis-BaconBest fitstate match
MA20260001 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Barnstable, Bristol, Dukes +5
Rate
Insulator/asbestos worker Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems (ZONE A)
Base $55.45Fringe $36.63
Rate
ZONE B)
Base $55.45Fringe $36.63
Rate
ATERIAL HANDLER (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems whether they contain asbestos or not)
Base $55.45Fringe $36.63
+96 more occupation rates in this WD
Davis-Baconstate match
MA20260015 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Barnstable
Rate
ELECTRICIAN (Includes Traffic Signalization)
Base $50.02Fringe $31.09
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
Rate
Group 2
Base $57.18Fringe $33.70
+22 more occupation rates in this WD
Davis-Baconstate match
MA20260020 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Hampshire
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
Rate
Group 2
Base $57.18Fringe $33.70
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $42.88Fringe $31.04
+21 more occupation rates in this WD
Davis-Baconstate match
MA20260007 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Franklin
Rate
CARPENTER
Base $43.33Fringe $27.82
Rate
Power equipment operators: (1) Backhoe/Excavator/Trackhoe
Base $42.88Fringe $31.04
Rate
A (1) Loader
Base $42.88Fringe $31.04
+8 more occupation rates in this WD

Point of Contact

Name
Charles Coushaine
Email
CCoushaine@bop.gov
Phone
Not available

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Subagency
FAO
Office
Not available
Contracting Office Address
Grand Prairie, TX
75051 USA

More in NAICS 813110

Description

U.S. Department of Justice
Federal Bureau of Prisons
Field Acquisition Office
On Behalf Of
Federal Medical Center, Devens

March 16, 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 15B20526Q00000015 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 for Sunday Mass.

(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

The Government will evaluate the Offeror’s past performance on a Go/No-Go basis.

(3) Technical Evaluation- Go/No-Go Evaluation

The Government will evaluate the Offeror’s Technical Evaluation on a Go/No-Go basis.

The contractor will have to provide a candidate who meets all the requirements of the statement of work. Please provide the candidate and the requirements.

Education and Experience

The contractor shall possess, at a minimum, a Baccalaureate Degree from an accredited college or university, with a major in some form of religious studies. The contractor shall possess an ordination certification or like document verifying their recognition as a clergy or spiritual leader. The contractor shall have a minimum of three years of documented and continuous experience as a minister with their faith community. Experience working in a correctional setting is preferred but not required.”

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 (JAN 2017)
  • 52.204-7 System for Award Management—Registration (DEVIATION NOV 2025)
  • 52.225-2 Buy American Certificate
  • 52.229-11 Tax on Certain Foreign Procurements—Notice and Representation (FEB 2021)
     

(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-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 March 23rd , 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.

Analysis is being generated for this notice. Check back shortly.

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.