K9 Medical Kits
ID: 70US0925Q70092308Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers (423450)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Secret Service, is seeking quotes for the procurement of K9 Medical Kits under solicitation number 70US0925Q70092308. The objective is to acquire essential medical supplies to support the Special Operations Division (SOD) in providing emergency medical assistance during protective missions for the President and Vice President. These kits are critical for ensuring the health and safety of K9 units, enhancing operational readiness in high-stakes environments. Interested vendors must submit their quotes by May 22, 2025, and respond to inquiries by May 14, 2025, with delivery of the medical supplies expected within 120 days post-award. For further information, contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a procurement request for specialized medical supplies intended for K9 units, emphasizing the health and safety needs of these working dogs. The request specifies a total quantity of 50 items each for four distinct products: NAR K-9 Litter, USSS K9 Individual First Aid Kits (IFAK), USSS K9 Medical Kits, and a custom variant known as the USSS CRO OP IFAK. Each product is tailored to ensure quick and effective medical response capabilities in the field, thereby enhancing the operational readiness of K9 units. This procurement aligns with government initiatives aimed at maintaining the well-being of service animals, demonstrating a commitment to providing necessary support and resources for law enforcement and security personnel utilizing K9s in various operations.
    The document outlines a procurement request related to K9 teams, specifically detailing the quantities and types of medical kits required for operational readiness. It specifies the procurement of 50 each of four distinct items: NAR K-9 Litter, USSS K9 IFAK, USSS K9 Medical Kit, and USSS CRO OP IFAK. These items are vital for ensuring the health and safety of K9 units, reflecting a commitment to equipping support teams with necessary medical supplies. The structured listing indicates a systematic approach to acquiring essential gear for K9 operations, highlighting the importance of preparedness and efficient response in various scenarios. Such procurement requests are typical in government RFPs and grants, focusing on resource allocation to enhance operational efficiency and safeguard personnel.
    The document outlines various medical supplies specified in a federal Request for Proposals (RFP), aimed at equipping emergency responders with necessary tactical medical equipment. The items listed include essential components for trauma care, such as a Hybrid Individual First Aid Kit (IFAK), enhanced needle decompression needles, Tactical Combat Casualty Care (TCCC) cards, and various gauze and bandage types. Additionally, it includes tools like combat application tourniquets and chest seals, underscoring the importance of immediate medical response capabilities in crisis situations. Each item is categorized and referenced by specific identifiers, emphasizing the standardization and urgent need for effective medical gear. This procurement is critical for enhancing the readiness of emergency services in medical emergencies, ensuring compliance with government procurement regulations while promoting the health and safety of those in the field. The overall aim is to equip first responders with the best resources to handle severe injuries effectively.
    This document is a Request for Quote (RFQ) issued by the U.S. Secret Service (USSS) for the procurement of K9 Medical Kits, under solicitation number 70US0925Q70092308. It outlines the requirements for medical supplies to support the Special Operations Division (SOD) in providing emergency medical assistance during protective missions for the President and Vice President. The solicitation emphasizes that the government will award a firm-fixed-price contract based on the Lowest Price Technically Acceptable (LPTA) criteria, where all specifications must be met. Offerors must submit their quotes by May 14, 2025, and must also respond to any questions by May 8, 2025, to designated contract officials. Detailed delivery instructions are provided, requiring that medical supplies be delivered within 120 days post-contract award and be well-organized and labeled per SOD requirements. Key administrational provisions include compliance with various regulations and clauses related to federal acquisition, contractor responsibilities, and conduct, including prohibitions on engaging with certain telecommunications equipment. The structure of the document is characterized by sections detailing the requirements, evaluation criteria, submission guidelines, and contract terms, ensuring clarity and adherence to federal procurement practices.
    The document is a combined synopsis/solicitation for K9 Medical Kits issued by the U.S. Secret Service (USSS) under solicitation number 70US0925Q70092308. The government seeks to procure medical kits and supplies to support the Special Operations Division (SOD) in providing medical assistance during protective missions for the President and Vice President. The solicitation outlines that the award will be a Firm-Fixed-Price contract and specifies the criteria for selection based on the Lowest Price Technically Acceptable approach. Quotes must be submitted by May 16, 2025, with various terms regulated by the Federal Acquisition Regulation (FAR). The Statement of Requirements details the purpose of acquiring medical supplies and equipment, including specific items needed for trauma scenarios. Delivery expectations include a timeframe of 120 days post-contract award, with a defined shipping address and clear labeling instructions for the medical supplies. The document highlights the importance of maintaining compliance with federal laws, including those regarding telecommunications and labor, as well as requirements related to contract integrity and eligibility. Overall, this solicitation emphasizes enhancing the capability of the SOD to ensure effective medical support during critical protective operations, reflecting the government's commitment to preparedness and safety in high-stakes environments.
    The document presents a Request for Quote (RFQ) numbered 70US0925Q70092308, issued by the Department of Homeland Security for K9 Medical Kits. It adheres to the Federal Acquisition Regulation (FAR) and requests quotes rather than issuing a formal solicitation. The award is expected to be a firm-fixed-price contract based on a Lowest Price Technically Acceptable evaluation. Important components include the requirement for vendors to confirm compliance with technical specifications and the provision of essential medical supplies for the Special Operations Division (SOD), tasked with protecting the President and Vice President. The RFQ outlines specific submission requirements, deadlines for inquiries (May 14), and quotes (May 22), as well as delivery instructions for medical supplies within 120 days post-award to designated federal locations in Washington, DC. Prior to delivery, vendors must ensure items are clearly labeled, separated by SOD team, and comply with expiration standards. The document also emphasizes strict legal protections regarding the unauthorized use of the U.S. Secret Service’s name, reinforcing the importance of compliance with various federal regulations. Overall, this RFQ highlights the government's methodical procurement process for essential medical supplies amid security operations.
    The document outlines a procurement list for essential medical supplies, specifically for operational environments, emphasizing equipment related to trauma care and emergency medical response. It includes a range of items designed to enhance tactical combat casualty care, such as a Hybrid IFAK in black, enhanced needles for decompression, combat gauze, tourniquets, and chest seals. Each item is listed with its specific model numbers, descriptions, and required quantities, indicating a meticulous approach to ensuring the availability of critical medical supplies. The purpose of this document is to support federal and local government procurement processes, aligning with the standards for equipping first responders in emergency situations. Overall, this procurement highlights the importance of readiness in medical response capabilities for tactical scenarios.
    The document outlines a list of medical and tactical supplies categorized for potential procurement, likely related to government contracts or requests for proposals (RFPs). Key items include large blue nitrile gloves, tactical IFAK bags compliant with Berry Amendment, SWAT tourniquets, compressed gauze, and a range of wound care products such as a chest seal and dressing. The list indicates specific sizes, quantities, and types of supplies, suggesting a focus on emergency medical preparedness and tactical response. The inclusion of a dog muzzle and tension pneumothorax access kit highlights the diverse needs within emergency health and safety equipment. This compilation reflects the government's ongoing commitment to equipping first responders and healthcare personnel with essential materials, indicating an emphasis on readiness and compliance with regulations. The structure is a straightforward inventory, which indicates procurement needs for immediate or future operational deployments.
    This document outlines a comprehensive list of medical supplies and equipment specified in a federal Request for Proposals (RFP) or grant application intended for procurement. The items range from personal protective gear, such as nitrile gloves and trauma bandages, to advanced medical tools like endotracheal tubes and syringes. Each item is detailed with descriptions and specified quantities needed for various applications, highlighting critical resources required for emergency medical situations and possibly military or tactical use. The document is organized into item descriptions categorized by product types, emphasizing the need for quality and effectiveness in medical supplies. It serves as a procurement guide for entities responding to the RFP, indicating the importance of having versatile medical kits readily available. The focus on a broad array of medical items reflects a commitment to emergency preparedness and readiness, ensuring responders are equipped to handle a range of medical situations efficiently. This structure aids in facilitating procurement processes and ensuring compliance with federal guidelines for securing necessary health and safety equipment.
    The document outlines a list of emergency medical supplies and equipment targeted for procurement, likely associated with federal grants or RFPs due to its nature. It includes various items, such as nitrile gloves, tourniquets, gauze, and oxygen masks, among others. Each listed item is identified by specific codes and described briefly, indicating quantities required for each. The list reflects an emphasis on life-saving and first aid items, highlighting the critical need for preparedness in medical emergencies, especially in field or tactical situations. The structured presentation aids organizations in evaluating and sourcing necessary supplies to meet public health and safety standards effectively. This procurement record showcases a strategic approach to enhance medical responses within various governmental or emergency service frameworks.
    Lifecycle
    Title
    Type
    K9 Medical Kits
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    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.
    Atropine and Pralidoxime Chloride, 'Duodote Kit"
    Buyer not available
    The Department of Health and Human Services, specifically the Office of the Assistant Secretary for Administration, is seeking quotes for the procurement of Atropine and Pralidoxime Chloride Autoinjectors, known as the "Duodote Kit." The requirement includes a total of 171 boxes, each containing 30 autoinjectors, to be delivered to the DHHS Receiving Dock located in Perry Point, Maryland. These autoinjectors are critical for emergency medical treatment, particularly in cases of organophosphate poisoning. Interested vendors should direct their inquiries to Tim Bouchelle at Timothy.Bouchelle@hhs.gov or by phone at 443-947-6039, with no set-aside restrictions applicable to this solicitation.
    99--KIT,IDENTIFICATION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 units of the Identification Kit (NSN 9905-01-611-5311). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum of three units. The kits are essential for various military applications and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    53--SERVICE KIT,COMPLET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Service Kit (NSN 5340016026104) with a quantity of 95 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 14. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these kits for military logistics and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    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.
    Detector Kit, Chemical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a firm-fixed price contract for 22 Chemical Detector Kits (NSN: 6665-01-706-8739, Manufacturer Part Number: 6001-000082-2), with an option for an additional 22 units. This procurement is critical for ensuring the availability of reliable hazard-detecting instruments, which play a vital role in military operations and safety protocols. Proposals must be submitted via email to Patricia Roussin at patricia.roussin@dla.mil by December 15, 2025, at 11:59 PM EST, and interested parties should note that a Technical Data Package is available on sam.gov, requiring a current DD 2345 for access. Compliance with specific packaging, marking, and delivery requirements is essential, with deliveries to be made FOB Destination to Pine Bluff, AR, within 90 days after contract award.
    F550 Retrofitting
    Buyer not available
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.