Skip to content
Department of Defense

FY26 Catholic Religious Education Coordinator

Solicitation: FA468626QS0007
Notice ID: bef58ec2e3164ebe9f7c7951e7f50274

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 25, 2026. Industry: NAICS 813110 • PSC G099.

Market snapshot

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

12-month awarded value
$329,988
Sector total $250,450,224 • Share 0.1%
Live
Median
$92,988
P10–P90
$80,998$145,798
Volatility
Moderate70%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($329,988)
Deal sizing
$92,988 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 CA
Live POP
Place of performance
Arboga, California • 95903 United States
State: CA
Contracting office
Beale Afb, CA • 95903-1702 USA

Point of Contact

Name
Capt Estefania Restrepo
Email
estefania.restrepo@us.af.mil
Phone
5306343369
Name
Cali McVay
Email
cali.mcvay.1@us.af.mil
Phone
5306342873

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4686 9 CONS PK
Contracting Office Address
Beale Afb, CA
95903-1702 USA

More in NAICS 813110

Description

Amendment 001 - The purpose of this amendment is to revise the proposal submission instructions and the evaluation criteria to clarify the Government's best value methodology. Section L, Instructions, Conditions, and Notices to Offerors, is updated to include a new addendum, "ADDENDUM TO 52.212-1," which provides detailed quotation preparation instructions, including format and page limitations. Section M, Evaluation Factors for Award, is deleted in its entirety and replaced with the revised Section M. The revised section clarifies the best value evaluation process for this acquisition.

(i) Solicitation Statement

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.

(ii) Solicitation Number and Type

  • Solicitation Number: FA468626QS007.
  • This solicitation is issued as a Request for Quotation (RFQ).

(iii) Federal Acquisition Circular

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 October 1, 2025.

(iv) Set-Aside and NAICS Code

  • Set-Aside: 100% Small business.
  • NAICS Code: 813110 (Religious Organizations). The small business size standard is $13 million.

(v) Line-Item Numbers (CLINs)

  • A list of line-item number(s) and items, quantities, and units of measure is identified in Attachment 2, FA468626QS007. Offerors shall return completed as part of quote submission.

(vi) Description of Requirements

The 9th RW (IAW PWS dated- 04FEB.) is requiring a non-personal services contract for one (1) Catholic Religious Education (RE) Coordinator for Beale Air Force Base (BAFB), California with one base year and four option years with a six-month extension.

(vii) Period of Performance and Acceptance

  • Dates: Thursday, March 25, 2026, to Saturday, March 24, 2031
  • Place: Beale AFB, CA.
  • FOB Point: Destination

(viii) 52.212-1 Instructions to Offerors- Commercial Products and Commercial Services.

The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services, applies to this acquisition. There are no addenda to this provision.

(ix) 52.212-2 Evaluation- Commercial Products and Commercial Services.

The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition and the specific evaluation criteria to be included is identified in Attachment 2, FA468626QS007.

(x) 52.212-3 Offeror Representations and Certifications- Commercial Products and Commercial Services.

Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, with their offer. Offerors must also be registered in the System for Award Management (SAM) at www.sam.gov.

(xi) 52.212-4 Contract Terms and Conditions- Commercial Products and Commercial Services.

The clause at FAR 52.212-4, Contract Terms and Conditions: Commercial Products and Commercial Services, applies to this acquisition. There are no addenda to this clause.

(xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services.

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services, applies to this acquisition. The applicable clauses will be incorporated in the resulting contract.

(xiii) Additional Contract Requirements

  • The contractor must be registered in the Wide Area Workflow (WAWF) system for payment processing.
  • Contract financing is not available for this acquisition.

(xiv) Defense Priorities and Allocations System (DPAS)

Not applicable.

(xv) Questions and Quotes Due Date

Questions are due by 17 February 2026, 1000 PST. Quotes are due by 25 February 2026, 1000 PST. Questions and Quotes shall be submitted electronically to both points of contact listed below.

(xvi) Points of Contact

Please include both POCs via email:

  • Capt. Restrepo Estefania   - Email : estefania.restrepo@us.af.mil
  • Cali McVay Email: cali.mcvay.1@us.af.mil

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 15, 2026
Executive summary

The Department of the Air Force (9th RW) is soliciting a non-personal services contract for one (1) Catholic Religious Education (RE) Coordinator at Beale AFB, California under RFQ FA468626QS0007. The requirement is structured as one base year plus four option years with a six-month extension, with a stated period of performance from March 25, 2026 to March 24, 2031. This is a 100% small business set-aside under NAICS 813110 (Religious Organizations) with a $13M size standard, and quotes are due February 25, 2026 at 1000 PST. Amendment 001 specifically revises Section L submission instructions (including format/page limits via an addendum to FAR 52.212-1) and replaces Section M to clarify the Government’s best value methodology—offerors should ensure their quote structure aligns exactly to the updated L/M and Attachment 2 requirements.

What the buyer is trying to do

Source a qualified small business capable of providing a single Catholic Religious Education Coordinator as a non-personal services commercial requirement for the 9th RW at Beale AFB, using an RFQ with a clarified “best value” evaluation approach (per Amendment 001’s revised Section M).

Work breakdown
  • Provide one (1) Catholic Religious Education (RE) Coordinator as a non-personal services contractor in accordance with the PWS dated 04FEB
  • Perform services at Beale Air Force Base (BAFB), California (FOB: Destination)
  • Support a multi-year requirement: base year + four option years + six-month extension (period of performance stated as 25 Mar 2026 – 24 Mar 2031)
  • Prepare and submit pricing and CLIN completion using Attachment 2 (line items, quantities, and units of measure) as part of the quote
Response package checklist
  • Quote prepared to the updated Section L instructions, including the new addendum to FAR 52.212-1 (format and page limitations per Amendment 001)
  • Completed Attachment 2 (CLIN schedule: items, quantities, units of measure) returned with the quote
  • Completed FAR 52.212-3 (Offeror Representations and Certifications) included with the quote
  • Evidence/confirmation of active SAM registration
  • Submission email sent electronically to both POCs: estefania.restrepo@us.af.mil and cali.mcvay.1@us.af.mil by the stated deadline
  • Price quote aligned to the evaluation criteria identified in Attachment 2 and the revised Section M best value methodology
Suggested keywords
Catholic Religious Education CoordinatorBeale AFB9th RWnon-personal servicesFAR 52.212-1 addendumSection LSection M best valueAttachment 2 CLINsWAWFNAICS 813110small business set-asideFA468626QS0007
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Performance Work Statement (PWS) details (tasks, hours/schedule, deliverables) referenced as dated 04FEB but not provided in the brief
  • Attachment 2 contents (CLINs and specific evaluation criteria) are referenced but not visible in the brief
  • Revised Section L addendum content (format/page limits) and revised Section M text are referenced but not included in the brief
  • Office/contracting location and place of performance address details beyond “Beale AFB, CA” are not provided
  • Any clearance/background check/base access requirements for the coordinator are not stated

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.