Skip to content
Department of Defense

Protestant Administrative Religious Education Coordinator

Solicitation: PANMCC26P0000042545
Notice ID: fc0578f2a2c54909bce293be26d6ba07
TypeSources SoughtNAICS 813110PSCG002DepartmentDepartment of DefenseAgencyDept Of The ArmyStateAZPostedApr 09, 2026, 12:00 AM UTCDueApr 16, 2026, 08:00 PM UTCCloses in 7 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AZ. Response deadline: Apr 16, 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: PANMCC26P0000042545. 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 $373,493,323 • 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 AZ
Live POP
Place of performance
Yuma, Arizona • 85365 United States
State: AZ
Contracting office
Yuma Proving Ground, AZ • 85365-9498 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
AZ20260057 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Arizona • Maricopa
Rate
Electrician
Base $33.00Fringe $21.33
Rate
POWER EQUIPMENT OPERATOR: Oiler
Base $32.29Fringe $18.12
+33 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 33 more rate previews.
Davis-BaconBest fitstate match
AZ20260057 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Maricopa
Rate
Electrician
Base $33.00Fringe $21.33
Rate
POWER EQUIPMENT OPERATOR: Oiler
Base $32.29Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Field Equipment Serviceperson
Base $35.56Fringe $18.12
+32 more occupation rates in this WD
Davis-Baconstate match
AZ20260026 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Gila
Rate
POWER EQUIPMENT OPERATOR: Drill Rig/Auger
Base $35.56Fringe $18.12
Rate
Ironworker
Base $39.50Fringe $19.91
Rate
Laborer: Asphalt, Includes Raker, Shoveler, Spreader and Distributor
Base $29.91Fringe $9.26
+18 more occupation rates in this WD
Davis-Baconstate match
AZ20260034 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Santa Cruz
Rate
POWER EQUIPMENT OPERATOR: Drill Rig/Auger
Base $35.56Fringe $18.12
Rate
Ironworker
Base $39.50Fringe $19.91
Rate
Laborer: Asphalt, Includes Raker, Shoveler, Spreader and Distributor
Base $29.91Fringe $9.26
+18 more occupation rates in this WD
Davis-Baconstate match
AZ20260005 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Apache, Coconino, Navajo
Rate
CARPENTER (Including Formwork and Framing)
Base $10.00Fringe $0.00
Rate
ELECTRICIAN
Base $12.76Fringe $0.00
Rate
Carpet (Carpet, Vinyl, Linoleum)
Base $11.00Fringe $0.00
+5 more occupation rates in this WD

Point of Contact

Name
Kristen Long
Email
kristen.m.long6.civ@army.mil
Phone
9283282978
Name
Teresa Dinwiddie
Email
Teresa.v.dinwiddie.civ@army.mil
Phone
9283282357

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 418TH CSB • W6QM MICC-YUMA PROV GRD
Contracting Office Address
Yuma Proving Ground, AZ
85365-9498 USA

More in NAICS 813110

Description

SOURCES SOUGHT TECHNICAL DESCRIPTION

INTRODUCTION

The United States Army Yuma Proving Ground (USAYPG) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Protestant Administrative Religious Education Coordination Services. The intention is to procure these services on a competitive basis.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Place of Performance: Yuma Proving Ground

DISCLAIMER

“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” or Request for Quote (RFQ). IT DOES NOT CONSTITUTE A SOLICITATION OR A COMMITMENT BY THE GOVERNMENT. Responses do not constitute offers, and the government is not obligated to award a contract. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION or submittal OF RESPONSES. the government is not committed or obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE PROCURMENT ACTION. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”

PROGRAM BACKGROUND

The services fall under the Yuma Proving Ground Chaplain’s Religious Support Program as defined in the Command Master Religious Program (CMRP). The mission of the Chaplain’s Religious Support Program is to provide military religious support activities that meet the religious requirements of Soldiers, Families, and authorized civilians. The primary goal of the Chaplains’ Religious Support Program is to ensure the free exercise of religious preference which is a statutory requirement under USC Title 10. As a non-personal services, the Contractor is not a member of the Commander’s Staff or Command Chaplain’s Staff. See Attachment 1_20260408_Draft Protestant Administrative Coordinator Religious Education PWS.

REQUIRED CAPABILITIES

The contractor shall provide Protestant Administrative Religious Education Coordinator to the Yuma Proving Ground Religious Support Office (RSO). This is a non-personal services contract to perform tasks and provide deliverables identified herein. The contractor shall become knowledgeable of the Religious Education (RE) Program through the review of SOPs, program schedules, Concept of Operations, etc. The contractor shall attend and participate in required meetings scheduled by the Chaplain in order to gain and provide information pertaining to RE. The contractor shall become knowledgeable of the RE Program through the review of SOPs, program schedules, Concept of Operations, etc. The contractor shall prepare and provide a monthly calendar of all RE events to include special seasonal events. The contractor shall prepare and track multiple documents pertaining to RE programs during regular and seasonal time periods. Documents include the facility reservation request form, RE flyers and the attendance reports. The contractor shall assist in the preparation of program materials for regular and seasonal RE programs.  This assistance includes making copies, distribution of supplies and materials and resetting the space used at the conclusion of the RE program activities. All services should be conducted in alignment with requirements defined in Part 4 of this PWS.  Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1_20260408_Draft Protestant Administrative Coordinator Religious Education PWS).

If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; and

The Government will evaluate market information to ascertain potential market capacity to: 1) Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan including: compliance with program schedules; cost containment; performance tracking; retention of key personnel, hiring plan to fill gaps and performance risk mitigation.

ELIGIBILITY

The applicable NAICS code for this requirement is 813110 with a Small Business Size Standard of $13.0 mil. The Product Service Code is G002 Social-Chaplain. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

Interested parties are requested to submit a capabilities statement of no more than 10 pages in length using 10-point Times New Roman font of not less than 10 pitch.

This documentation must address at a minimum the following items:

  1. What type of work has your company performed in the past in support of the same or similar requirement?
  2. Can or has your company managed a task of this nature? If so, please provide details.
  3. Can or has your company managed a team of subcontractors before? If so, provide details.
  4. What specific technical skills does your company possess which ensure capability to perform the tasks?
  5. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.
  6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, UEI number, etc.
  7. Respondents to this notice also must indicate whether they quality as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.  

The proposed contract is subject to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.

Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.

The deadline for response to this request is no later than 14:00 Mountain Daylight Time (MDT), 16 April 2026. All response under this sources sought notice to include any capabilities statement must be e-mailed to Kristen Long (Contract Specialist) kristen.m.long6.civ@army.mil in either Microsoft Word or Portable Document Format (PDF).

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted

All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought notice.

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.