Skip to content
Department of Defense

PKB Catholic Religious Education Coordinator (Service)

Solicitation: FA461326Q1023
Notice ID: c7a9fa04ed8f4036b398dc95c6f100eb

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: WY. Response deadline: Apr 07, 2026. Industry: NAICS 813110 • PSC G002.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA461326Q1023. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

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

12-month awarded value
$652,932
Sector total $372,345,198 • Share 0.2%
Live
Median
$49,895
P10–P90
$49,895$49,895
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+604%($490,532)
Deal sizing
$49,895 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 WY
Live POP
Place of performance
FE Warren AFB, Wyoming • 82005 United States
State: WY
Contracting office
Fe Warren Afb, WY • 82005-2860 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
WY20260041 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Wyoming • Albany, Big Horn, Campbell +20
Rate
Asbestos Removal, Abatement and Demolition
Base $23.00Fringe $0.00
Rate
Blinds/Window-Covering Installer
Base $11.96Fringe $0.00
+32 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 32 more rate previews.
Davis-BaconBest fitstate match
WY20260041 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Albany, Big Horn, Campbell +20
Rate
Asbestos Removal, Abatement and Demolition
Base $23.00Fringe $0.00
Rate
Blinds/Window-Covering Installer
Base $11.96Fringe $0.00
Rate
Boilermaker
Base $38.42Fringe $32.82
+31 more occupation rates in this WD
Davis-Baconstate match
WY20260044 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Albany, Big Horn, Campbell +18
Rate
Carpenter
Base $29.40Fringe $5.25
Rate
Concrete Finisher
Base $30.12Fringe $7.39
Rate
Electrician (Inside Wireman, Outside Lineman and Signal and Lighting work)
Base $58.83Fringe $21.89
+11 more occupation rates in this WD
Davis-Baconstate match
WY20260043 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Natrona
Rate
Carpenter
Base $27.07Fringe $2.37
Rate
Concrete Finisher
Base $28.00Fringe $7.46
Rate
Electrician (Inside Wireman, Outside Lineman and Signal and Lighting work)
Base $58.83Fringe $21.89
+11 more occupation rates in this WD
Davis-Baconstate match
WY20260002 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Laramie, Natrona
Rate
CARPENTER (Including Drywall Hanging and Formbuilding/Formsetting)
Base $28.66Fringe $13.50
Rate
SHEET METAL WORKER (Including HVAC Duct and Setting HVAC System) Laramie County
Base $25.88Fringe $17.68
Rate
Natrona County
Base $25.50Fringe $19.11
+4 more occupation rates in this WD

Point of Contact

Name
1st Lt Shane Yurkus
Email
shane.yurkus@us.af.mil
Phone
3077734750
Name
Mrs. Amber Wiltanger
Email
amber.wiltanger@us.af.mil
Phone
3077734896

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4613 90 CONS PK
Contracting Office Address
Fe Warren Afb, WY
82005-2860 USA

More in NAICS 813110

Description

Amendment 3: Updated Attachment 5 - Pricing Sheet to update clause to 52.217-8. Also clarified Option 52.217-8 extension unit pricing must remain the same as option year 4.

Amendment 2: Updated Attachment 1 - Provisions and Clauses to include DFARS 252.219-7012 Competition for Religious-Related Services

Amendment 1: Questions and answers added as attachment 8.

Quotes due date updated from 3 April 2026 at 10:00 AM Mountain Standard Time (MST) to 7 April 2026 at 10:00 AM Mountain Standard Time (MST)

Combined Synopsis/Solicitation

Solicitation Number: FA461326Q1023

Purchase Description: Catholic Religious Education Coordinator

This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued.

The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461325Q1023, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 813110, with a small business size standard of $13M. This solicitation will be posted to the SAM.gov web-site as Full and Open Competition.

The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAC) 2025-06 effective 10/01/2025, Defense Federal Acquisition Regulation Supplement Change 11/10/2025 effective 11/10/2025 and Department of the Air Force Federal Acquisition Regulation Supplement Change 10/16/2024 effective 10/16/2024.

DESCRIPTION OF ITEMS/SERVICES:

The Catholic Religious Education (RE) Coordinator shall develop, execute and manage the F. E. Warren Catholic RE program under the guidance of the Catholic Priest. The RE Coordinator shall coordinate and ensure catechists are trained for Archdiocese of the Military Services (AMS) certification and to prepare and coordinate the entire youth and adult catechetical programs including sacramental preparation. The RE Coordinator is the Catholic RE Volunteer Supervisor and works with the Chaplain Corps Volunteer Program Manager to execute the Catholic RE Volunteer Program.  All applicable standards are listed in the PWS and its attachments.

PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005

Attachments:

Attachment 1 – Provisions and Clauses

Attachment 2 – Supplemental Clauses

Attachment 3 – Response Form

Attachment 4 – Wage Determination

Attachment 5 – Pricing Sheet

Attachment 6 – 90 MW Safety Contractor Guide

Attachment 7 – CREC PWS

Attachment 8 - Questions and Answers 

QUESTIONS DUE

Questions shall be received no later than 24 March 2026 at 10:00 AM MST Mountain Standard Time (MST). Forward responses by e-mail to shane.yurkus@us.af.mil and amber.wiltanger@us.af.mil.

RESPONSES/QUOTES

Responses/quotes MUST be received no later than 7 April 2026 at 10:00 AM Mountain Standard Time (MST). Forward responses by e-mail to shane.yurkus@us.af.mil and amber.wiltanger@us.af.mil.

This RFQ is not authorization to begin performance and in no way obligates the Government for any costs incurred by the contractor for this requirement.  The Government reserves the right not to award a contract in response to this RFQ.  Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established.

Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.

Pricing must include all work to performed IAW the PWS to include all outyear pricing

CLIN 0001:  Install

Quantity:  52 Units of Issue:  Week

Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________

CLIN 1001:  Reoccurring Monthly Services

Quantity:  52 Units of Issue:  Week

Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________

CLIN 2001:  Reoccurring Monthly Services

Quantity:  52 Units of Issue:  Week

Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________

CLIN 3001:  Reoccurring Monthly Services

Quantity:  52 Units of Issue:  Week

Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________

CLIN 4001:  Reoccurring Monthly Services

Quantity:  52 Units of Issue:  Week

Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________

CLIN 5001:  Reoccurring Monthly Services

Quantity:  26 Units of Issue:  Week

Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________

INSTRUCTIONS TO OFFERORS:

FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (SEP 2023)

FAR 52.212-1 is hereby tailored as follows:

 (1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.

(2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

(3)  The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively.  Further, the term “award” shall be understood to describe the Government’s issuance of an order.

(4)  The Government will consider all quotes that are timely received and may consider late quotes.  Failure of a quote to address any items required in the submission package may make a quote unacceptable.

(5)  Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:

(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:

(1)  Price quote which identifies the requested service to include base year and all options

(2)  Total Firm Fixed price

(3)  Any Discount Terms

(4)  Ability to meet the requested Period of Performance

(5)  Technical Submission Requirements (specified in FAR 52.212-2 below)

(6) Cage Code and/or Unique Entity ID

(7) Cover page to include:

(i) Company Name

(ii) Physical Address

(iii) Point of Contact

(iv) Phone number

(v) Email address

(vi) Business Type

       (8) Completed attachment 3 – response form

FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (NOV 2021)

FAR 52.212-2 is hereby tailored as follows:

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government representing the best value with price and other factors considered. Government has determined that best value is expected to result from selection of the technically acceptable offer with the lowest Total Evaluated Price (TEP); therefore, Government will evaluate offers based on lowest price technically acceptable (LPTA).  Award will be made on the basis of the lowest TEP of offerors meeting or exceeding the acceptability standards for non-price factors.  Quotes that do not include all requested information in FAR 52.212-1 and 52.212-2 will be considered nonresponsive.  The following factor(s) shall be used to evaluate offers:

(i) Technical capability:

1. Must currently possess the Archdiocese for the Military Service (AMS) Catechist Certificate

(ii) Past Experience:

N/A

(iv) Price: Award will be made to the lowest priced technically acceptable.  No additional information from the offeror will be required if the price is based on adequate price competition.  In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.

(b) The Government will evaluate quotes in accordance with the following evaluation criteria:

(i) The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.  Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

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.