Border Patrol Support Canine Program (SK9)
ID: 20155157Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONMISSION SUPPORT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

All Other Animal Production (112990)

PSC

LIVE ANIMALS, NOT RAISED FOR FOOD (8820)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking quotes for the procurement of up to four support canines (SK9) for its Border Patrol K9 Center in El Paso, Texas. The canines will be utilized to enhance trauma and mental health response capabilities, assisting in critical incident responses, death notifications, and daily employee engagement. Contractors must provide suitable canines that meet specific criteria, including breeds such as Labrador Retrievers and Golden Retrievers, aged 12-36 months, and must pass a rigorous three-phase evaluation process. Interested vendors should submit their quotes via email to Jeffrey Krebs by December 8, 2025, with all necessary documentation, including the completed Canine Proposal Information form. For further inquiries, contact Jeffrey Krebs at JEFFREY.S.KREBS@cbp.dhs.gov or Danielle Brandao Lacerda at DANIELLE.BRANDAOLACERDA@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    Customs and Border Protection (CBP) is procuring support canines (SK9s) for its Support Canine Program, which aims to enhance trauma and mental health response. The canines will assist in critical incident response, death notifications, suicide intervention, and daily employee engagement. Contractors must provide suitable canines within 30 days of award notification to the U.S. Border Patrol Canine Academy in El Paso, Texas. Canines must pass a three-phase evaluation: pre-screening, medical, and behavioral. Specific requirements include breeds like Labrador Retrievers, Golden Retrievers, and Standard Poodles, aged 12-36 months, with a healthy weight and size, family-reared, and trained to the American Kennel Club Canine Good Citizen standard. They must have no history of aggression and be in excellent health, free from various disqualifying medical conditions such as hip/elbow dysplasia, heartworm, and severe dental issues. All canines must have documented genealogy and vaccinations. Selection testing includes obedience, sociability, prey/retrieve drive, food testing, and reactions to noise, crowds, slick floors, and tight spaces. Post-acquisition, canines undergo a 15-day evaluation, and a 6-month warranty covers pre-existing medical or behavioral problems. Vendors and their employees require background checks for access to the academy.
    The provided document, titled "Canine Proposal Information," outlines the necessary fields for a government solicitation related to the procurement of canines. It serves as a template for companies to submit proposals, detailing administrative and financial information such as company name, contact details, UEID, business type, and SAM expiration date. Key proposal specifics include the number of canines quoted, price per canine, total cost, canine availability date, age, and breed(s). This document is characteristic of an RFP or similar government procurement request, enabling federal, state, or local entities to solicit bids for canine services or supply.
    The document, “Body Condition Score Techniques for Dogs,” outlines the importance of Body Condition Scores (BCS) as a subjective yet reliable method for assessing body fat in dogs, crucial for monitoring health, detecting disease, and preventing obesity. It details two numeric scales (5-point and 9-point) for assigning BCS, emphasizing the need to designate the scale used for accurate interpretation. The article provides step-by-step visual and palpation techniques for assessing BCS, covering ideal, underweight, and overweight conditions. It also discusses breed and age differences in body fat percentages, noting exceptions like Greyhounds having lower fat percentages at an ideal BCS, and older dogs having higher fat. The document highlights limitations of the scales, where extreme scores may not precisely reflect the degree of emaciation or obesity. It also defines overweight and obesity in dogs, stressing that BCS is more indicative of ideal body weight than actual weight, making simultaneous recording vital for weight management programs.
    The CBP Contractor Information Sheet is a mandatory document for contractors and visitors seeking access to U.S. Customs and Border Protection facilities. Its purpose is to gather essential information for security checks, including personal details, company information, visit dates, and escort details. The form requires submission 72 hours in advance to the Office of Professional Responsibility and outlines strict entry protocols: visitors must present U.S. Government-issued photo ID, check in and out, and be constantly escorted by a DHS/CBP employee. Escort ratios vary (1:4 or 1:1) based on vetting status. Failure to provide complete information may result in denied access. This document is crucial for maintaining security and compliance within CBP spaces.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Border Patrol Support Canine Program (SK9)
    Buyer not available
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking quotes for the procurement of up to four support canines for its Border Patrol Support Canine Program (SK9) based in El Paso, Texas. The canines must meet specific criteria, including being from designated breeds such as Labrador Retrievers and Golden Retrievers, aged between 12 to 36 months, and possessing a documented genealogy from established breeding programs. These canines will play a crucial role in enhancing trauma and mental health responses during high-stress situations, requiring them to be social, trainable, and trustworthy. Interested small businesses must submit their quotes by December 8, 2025, and can direct inquiries to Jeffrey Krebs at JEFFREY.S.KREBS@cbp.dhs.gov.
    AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines both within the continental United States (CONUS) and outside (OCONUS). The contract requires services such as onsite seizure support, transportation, daily care, veterinary treatment, kenneling, expert witness services, and disposal of canines, ensuring compliance with federal regulations and humane treatment standards. This procurement is critical for the management of animals in USMS custody, with a contract period starting from February 27, 2026, to February 26, 2027, and options extending through August 26, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.
    Canine Center Technician
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified vendors for a full-time Contract Canine Center Technician to support its National Canine Division (NCD) in Front Royal, Virginia. The technician will be responsible for comprehensive canine care, kennel maintenance, and administrative tasks, which are crucial for training accelerant and explosives detection canines for law enforcement agencies. This opportunity is structured as a Multiple Award Blanket Purchase Agreement (BPA) with a firm-fixed-price contract anticipated for a period of up to sixty months, requiring responses by 5:00 PM EST on December 16, 2025. Interested parties should contact Brian Wilkins at Brian.Wilkins@atf.gov for further information and submission details.
    Commercial Kennels/Boarding Military Working Dogs
    Buyer not available
    The Department of Defense, through the Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), is seeking vendors capable of providing kenneling and boarding services for 10 to 20 Military Working Dogs over a period of 24 to 48 months, with a requested start date of December 1, 2025. The facilities must be located within the immediate vicinity of Quantico, Virginia, and must meet specific requirements, including a minimum run size of 8x8, 24/7 access for military personnel, and no shared areas with other pets. This Request for Information (RFI) aims to gather industry feedback on capabilities, barriers to competition, and pricing structures, among other considerations. Interested vendors must submit their responses by 12:00 PM EST on November 13, 2025, via email to hal.d.jones@usmc.mil and sharon.palustre@usmc.mil, with submissions limited to four pages and including essential business details and responses to the RFI questions.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Buyer not available
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking qualified vendors to provide ballistic shields for its Law Enforcement Safety & Compliance (LESC) Directorate. The procurement involves a Request for Quotes (RFQ) for high-quality, lightweight ballistic shields, which must meet specific technical requirements, including compliance with ASTM International Standards and a 10-year ballistic warranty. These shields are critical for ensuring the safety of law enforcement personnel in various operational environments. Interested parties should note that the due date for submissions has been extended to March 6, 2026, at 2 PM ET, and that contract awards are contingent upon the availability of funds. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov or John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov.
    Level III Small Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting a Request for Information (RFI) to explore the availability and technological capabilities of vendors for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) sUAS Program. The RFI seeks solutions that demonstrate high Manufacturing Readiness Level (MRL) and Technology Readiness Level (TRL), with key capabilities including FAA compliance, minimal personnel requirements, autonomy, AI/machine learning integration, and interoperability with existing systems. Responses to this RFI, which is intended for informational and planning purposes only and does not guarantee a contract award, are due by December 12, 2025, and interested vendors should direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    DHS Medical Supplies BPA Modification
    Buyer not available
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    Soft-Sided Facilities and Wrap-around Services
    Buyer not available
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking to modify an existing Blanket Purchase Agreement (BPA) for the provision of soft-sided facilities and wrap-around services. The procurement aims to expand existing facilities by providing comprehensive services, including intake processing, meal services, janitorial services, security, and necessary infrastructure support such as plumbing and video surveillance systems. These services are critical for the effective operation of administrative facilities that support CBP's mission. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further details regarding this opportunity.
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.