NYC & DC Explosive Detection Canine Team (EDCT) Services
ID: 70RFP125RE2000007Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 1 ACQ DIVPHILADELPHIA, PA, 19106, USA

NAICS

Security Guards and Patrol Services (561612)
Timeline
    Description

    The Department of Homeland Security (DHS) is soliciting proposals for Explosive Detection Canine Team (EDCT) services in Manhattan, NYC, and Bethesda, MD, through a Request for Proposals (RFP) issued by the Federal Protective Service (FPS). The contract will encompass a base year and four one-year option periods, with a performance timeline from October 1, 2025, to September 30, 2026, aimed at enhancing public safety through effective canine detection services. Interested contractors must complete a Non-Disclosure Agreement (DHS Form 11000-6) to access additional information and are required to submit their proposals by the extended deadline of June 6, 2025, at 5:00 PM EST. For inquiries, contact Carly Diffenderfer at carly.diffenderfer@fps.dhs.gov or by phone at 267-887-5709.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) outlines terms for accessing and protecting various categories of sensitive information, including Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and other Sensitive but Unclassified (SBU) data. Signatories must comply with the Critical Infrastructure Information Act of 2002 and associated regulations. The agreement specifies the roles and responsibilities of individuals accessing such sensitive data, including safeguarding information, reporting violations, and returning materials upon completion of their work. Violating the agreement could lead to disciplinary action and loss of access to information. The document also explains the legal backing of the Privacy Act of 1974 concerning information collected under this agreement, highlighting the importance of maintaining confidentiality and the repercussions of unauthorized disclosures. This NDA aims to ensure that individuals engaged by DHS protect sensitive information critical for national security and federal operations, reinforcing compliance with laws and standards governing information handling.
    The document pertains to Amendment 0001 of the Request for Proposal (RFP) number 70RFP125RE2000007 issued by the U.S. Department of Homeland Security. This amendment specifically addresses Explosive Detection Canine Team (EDCT) Services needed in Manhattan, NYC, and Bethesda, MD. It outlines important procedural requirements for contractors, including how to acknowledge receipt of the amendment and conditions under which alterations may be submitted to offers. The deadline for submitting questions regarding the RFP is set for April 30, 2025, after which inquiries will not be considered. The period of performance for the services is defined as from October 1, 2025, to September 30, 2026. The document emphasizes that all other terms and conditions remain unchanged, ensuring that the core requirements of the RFP continue to apply. Overall, this amendment serves to clarify procedural matters while affirming the RFP's substantive expectations for bidders within a specified timeline.
    The document is an amendment to solicitation RFP 70RFP125RE2000007, which pertains to Explosive Detection Canine Team (EDCT) Services in Manhattan, NYC, and Bethesda, MD. Amendment 0002 primarily extends the closing date for submissions to May 16, 2025, at 5:00 PM EST, while all other terms remain unchanged. Additionally, the period of performance for the contract is set from October 1, 2025, to September 30, 2026. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered; this can be done by acknowledging it in submitted offers or through separate communication. This amendment reflects the procedural requirements typical of government RFPs, ensuring clarity and compliance. The document highlights the importance of timely submission and proper acknowledgment for the modification of proposals.
    The document is an amendment to a Request for Proposal (RFP) issued by the U.S. Department of Homeland Security for Explosive Detection Canine Team (EDCT) Services in specific locations, namely Manhattan, NYC, NY, and Bethesda, MD. The amendment, specifically Amendment 0003, extends the solicitation closing date to May 23, 2025, at 5:00 PM EST, while maintaining all other original terms and conditions. The expected period of performance for the contract is from October 1, 2025, to September 30, 2026. Interested parties must complete specified blocks on the proposal forms and can contact the Contract Specialist, Carly Diffenderfer, for further assistance. The document outlines necessary provisions for small businesses and explicitly indicates that this is part of a federally funded project, emphasizing compliance with the Defense Priorities and Allocations System. Overall, this amendment facilitates a continued opportunity for vendors to participate in a critical public safety service contract while ensuring adherence to federal procurement regulations.
    The document pertains to Amendment 0004 of Request for Proposal (RFP) 70RFP125RE2000007, which involves the provision of Explosive Detection Canine Team (EDCT) Services in Manhattan, NYC, and Bethesda, MD. The purpose of this amendment is primarily to extend the solicitation closing date to May 30, 2025, at 5:00 PM EST. It also clarifies that all other terms and conditions of the solicitation remain unchanged. The performance period for the contract is set from October 1, 2025, to September 30, 2026. Contractors interested in this RFP must acknowledge receipt of the amendment as outlined, which can be done through written or electronic means. The contact for any queries related to this amendment is Contract Specialist Carly Diffenderfer from the U.S. Department of Homeland Security. This document is a typical example within federal government RFP processes, ensuring transparency and clarity in contract modifications while adhering to procurement protocols.
    The document outlines Amendment 0005 to the Request for Proposal (RFP) 70RFP125RE2000007 for Explosive Detection Canine Team (EDCT) Services in Manhattan, NY, and Bethesda, MD. The amendment primarily serves to extend the solicitation closing date to June 6, 2025, at 5:00 PM EST, without altering other terms and conditions. The performance period for the contract is set from October 1, 2025, to September 30, 2026. All offers must acknowledge this amendment prior to the specified deadline through one of the outlined methods. The amendment is issued by the U.S. Department of Homeland Security's Federal Protective Service, with contact information provided for the contract specialist, Carly Diffenderfer. Overall, this document serves to formally communicate changes in bidding opportunities and ensure compliance with bidding procedures in the context of federal procurement.
    The document pertains to Amendment 0006 of the RFP 70RFP125RE2000007 for Explosive Detection Canine Team (EDCT) Services in Manhattan, NYC, and Bethesda, MD. This amendment serves several purposes, including addressing industry questions, providing the applicable Collective Bargaining Agreement and seniority list, and updating the Statement of Work (SOW) and its exhibits. Vendors submitting proposals must acknowledge this amendment, which clarifies that responses to questions are for informational purposes and do not alter the original solicitation terms. The period of performance outlined in the amendment spans from October 1, 2025, to September 30, 2026. The official contact for this amendment is Carly Diffenderfer from the Office of Procurement Operations, U.S. Department of Homeland Security. Overall, this amendment is critical for ensuring clarity and compliance in the contracting process for federal services.
    The Request for Proposals (RFP) 70RFP125RE2000007 seeks contracting bids to provide Explosive Detection Canine Team (EDCT) services primarily in Manhattan, NY, and Bethesda, MD, under the U.S. Department of Homeland Security's Federal Protective Service. The contract includes a one-year base period and four one-year options, with an additional six-month extension. The contractor must ensure comprehensive management, supervision, and execution of services as specified in the contract. Invoicing will occur monthly, requiring adherence to specific documentation and performance verification. Contract terms emphasize compliance with wage determinations and collective bargaining agreements for positions covered under the Service Contract Labor Standards. The contractor cannot include costs beyond specified wage adjustments due to changes in wage determinations. Effective contract administration will involve regular inspections, monitoring, and necessary adjustments for any nonperformance. The overall duration of the contract, if all options are exercised, is up to 60 months. This RFP illustrates the government's commitment to public safety through effective canine detection services while ensuring fair labor practices and regulatory compliance.
    The document outlines the requirements and information necessary for contractors providing Explosive Detection Canine Team Services in response to government RFPs. It details pertinent data such as contractor identity, size qualifications, and unique identifiers like the DUNS number and facility clearance status. Key aspects addressed include the contractor's prior experience with client agencies, contract specifics, average personnel provided (handlers, canines, supervisors), hours worked, estimated contract value, and training certifications required for staff. Additionally, it asks whether the contractor is licensed in both New York City and Maryland/Washington DC. The focus on compliance and the availability of specialized training underscores the document's purpose: to facilitate qualified contractors in demonstrating their capabilities and preparedness for federal and state contracts in canine explosive detection services, ensuring safety and effectiveness in sensitive operational environments.
    Similar Opportunities
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking proposals through its Long Range Broad Agency Announcement (LRBAA) 24-01, aimed at funding scientific and technical projects that enhance homeland security capabilities. This five-year initiative, open until May 31, 2029, focuses on three types of research: near-term component gaps, foundational science, and future needs/emerging threats, covering key mission areas such as Counter Terrorism, Border Security, and Cyberspace Security. The submission process involves a three-step approach: Industry Engagement, Virtual Pitch, and Written Proposal, with eligibility extended to various entities, including small businesses. Interested parties can contact John Whipple at john.whipple@hq.dhs.gov or the LRBAA Program Mailbox at LRBAA.Admin@HQ.DHS.GOV for further information.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    Canine Center Technician
    Justice, Department Of
    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
    Dept Of Defense
    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.
    DHS-wide Uniforms III Contract
    Homeland Security, Department Of
    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.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Homeland Security, Department Of
    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.
    Protective Security Officer (PSO) services in various locations throughout Kentucky
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, is seeking to extend an existing contract for Protective Security Officer (PSO) services across various locations in Kentucky. This procurement aims to provide continued armed PSO services through a sole source extension with Patronus Systems, Inc., allowing for uninterrupted security coverage while a new contract is established. The importance of these services lies in their role in maintaining safety and security at federal facilities, which is critical for operational continuity. Interested parties can direct inquiries to Stephen Allen at Stephen.M.Allen@fps.dhs.gov, with the extension set to commence on January 1, 2026, under the authority of 41 U.S.C. 3304(a)(1).
    DHS Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and Related Services
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking information from industry stakeholders regarding the Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and related services through Request for Information (RFI) 70RWMD26RFIP00002. The objective of this RFI is to gather insights on efficient, safe, and secure healthcare solutions, including medical staffing, logistics, equipment management, and quality oversight, to support DHS operations across various components such as ICE, CBP, and USCG. This initiative is crucial for ensuring standardized and effective medical care for individuals in custody and workforce members, addressing a dynamic healthcare landscape that requires adaptability and operational continuity. Interested parties must submit their responses using the provided template by December 23, 2025, at 5:00 PM ET, via email to the DHS Office of Procurement Operations at opoindustryliaison@hq.dhs.gov.