SINGLE PURPOSE DETECTION CANINES
ID: 20149023Type: 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 five single-purpose detection canines to support the Border Patrol K9 Center in El Paso, Texas. The canines must meet specific behavioral and health standards, undergo rigorous evaluations, and be between 12 to 36 months old, with contractors responsible for all associated transportation costs. This procurement is critical for enhancing border security operations, and the solicitation is exclusively set aside for small businesses, with quotes due by March 28, 2025, at 10:00 AM EST. Interested contractors should direct inquiries to Doug Williamson at david.d.williamson@cbp.dhs.gov and ensure compliance with all submission requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work for the acquisition of single-purpose detection canines by Customs and Border Protection (CBP) outlines the responsibilities of both the contractor and CBP regarding canine selection, training, and evaluation processes. Contractors are tasked with providing suitable canines that pass rigorous health, behavioral, and performance evaluations at CBP’s canine academies in Front Royal, VA, and El Paso, TX. Canines must be between 12-36 months old, exhibit specific behavioral traits, and undergo pre-screening, medical, and behavioral evaluations. Contractors can present canines needing re-evaluation after failing specific testing, but strict guidelines govern representation. Payment is contingent upon successful completion of these evaluations, and all transportation costs are the contractor's responsibility. Any discovered pre-existing medical issues within six months post-acceptance require the vendor to replace the canine at no cost. Additionally, contractors and their employees must successfully pass a CBP vetting process to access training sites. This document serves as a comprehensive guideline to ensure the selection of capable detection canines for border security tasks, reflecting the federal government's structured procurement approach in RFPs.
    This document outlines additional clauses for a Purchase Order related to the U.S. Customs and Border Protection (CBP) procurement process. It emphasizes the authority of the Contracting Officer, who is the sole individual authorized to approve changes, accept nonconforming work, or modify terms of the Delivery Order. The document mandates that all payment requests must be submitted electronically via the U.S. Department of the Treasury's Invoice Processing Platform (IPP), with requirements for proper invoicing compliance. It also stipulates that contractors must obtain written consent from the Contracting Officer before making any public references to the contract in advertisements, avoiding implications of government endorsement. The evaluation criteria for offers include technical capability, price, and past performance, with specific guidelines for evaluating options and the awarding process. Overall, these terms establish clear guidelines for contractors regarding compliance, communication, and evaluation, ensuring adherence to federal procurement regulations.
    The document outlines a proposal for the acquisition of canines by a government entity, detailing essential information for potential contractors. Key data points required include the solicitation number, company information, contact details, business type, UEID, and the expiration date of SAM registration. It also specifies the number of canines being quoted, their individual price, total cost, availability date, age, and breed specifications. This format is aligned with the requirements commonly found in federal RFPs (Requests for Proposals), grants, and state or local RFPs, highlighting the structured approach to ensuring compliance and transparency in government procurement processes. The document's organization facilitates easy access to critical supplier information and canines' logistics for government agencies looking to fulfill their operational needs with reliable service providers. Overall, the proposal ensures a clear understanding of the expectations and requirements of the canine procurement process for participating organizations.
    The document provides a comprehensive guide on Body Condition Scoring (BCS) techniques for evaluating dogs' nutritional health. BCS is a critical measure that helps assess whether a dog's weight is appropriate, identifies potential diseases, and monitors nutritional changes. Two numeric BCS scales are presented: a 5-point scale and a 9-point scale, each correlating with specific body fat percentages. The assessment involves a subjective visual and palpation technique evaluating areas like the waist, ribs, and tail-base to determine fat composition and muscle mass. The document emphasizes the importance of simultaneous recording of body weight and BCS, particularly for weight-loss programs, as it aids in accurately determining a dog's health status. It addresses breed differences in body fat percentages and the limitations of BCS at extreme ends of the scale. The prevalence of overweight and obesity in dogs is highlighted, with statistics indicating that a significant portion of the canine population is affected, particularly in certain age groups. This guide serves as a resource for veterinary professionals to improve dog health management, ensuring that proper techniques are employed in assessing and addressing body weight and condition issues.
    The CBP Contractor Information Sheet outlines the procedures and requirements for visitor access to U.S. Customs and Border Protection (CBP) facilities. It mandates that all information regarding visitors must be submitted 72 hours before their arrival for approval. The document specifies the necessary details for each visitor, including personal identification information and employment data. Visitors must present a U.S. Government issued photo ID upon arrival and must be escorted at all times by a designated CBP employee. The escort policy states one escort is required for every four visitors but may vary based on individual vetting status. The purpose of this information submission is to ensure security checks in compliance with the Privacy Act of 1974, allowing controlled authorized access to CBP facilities. Failure to provide the requested information may lead to denial of access. This procedure aims to ensure safety and security within CBP spaces while efficiently managing visitor protocols in alignment with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Level III Small Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Homeland Security, Department Of
    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.
    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.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project along the U.S./Mexico Border in Texas. The procurement involves maintenance, repair, and improvement services for various TI assets, including roads, bridges, fences, vegetation control, and drainage systems, across the Rio Grande Valley, Laredo, and Del Rio/Big Bend South Sectors. This initiative is crucial for maintaining border security infrastructure and ensuring operational efficiency. Interested 8(a) contractors must attend a mandatory site visit scheduled for January 6-8, 2026, and submit RSVPs by December 26, 2025, to the designated contacts, Muhanad Sasa and Donna McMullen, via email.
    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.
    Soft-Sided Facilities and Wrap-around Services El Paso
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the United States Customs and Border Protection (CBP), is seeking to modify Task Order number 70B01C23F00000067 to establish a new 2500-person soft-sided facility in El Paso, Texas, along with wrap-around services. This procurement is being conducted under a Limited-Sources Justification in accordance with FAR 8.405-6(a), indicating a focused need for these specific services and facilities to support operational requirements. The establishment of such facilities is critical for managing and accommodating personnel and resources effectively in response to border security needs. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further information regarding this opportunity.
    CBP Design-Build Construction IDIQ
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at designing and constructing various CBP facilities across the United States. The scope of work includes the construction, renovation, and maintenance of facilities such as checkpoints, sector headquarters, and border patrol stations, utilizing a Design-Build delivery method to address outdated infrastructure critical for modern border security operations. The total estimated value of the IDIQ contracts is $10 billion, with a minimum order value of $10,000 per task order and a contract duration of five years from the date of award. Proposals are due by January 20, 2026, and interested parties should direct inquiries to Sai Velaga at sai.p.velaga@cbp.dhs.gov or Gary Robertson at gary.r.robertson@cbp.dhs.gov.
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.
    DHS Medical Supplies BPA Modification
    Homeland Security, Department Of
    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.