Kenneling & Veterinary Services
ID: PR20149849Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Veterinary Services (541940)

PSC

SUPPORT- PROFESSIONAL: VETERINARY/ANIMAL CARE (R416)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide kenneling and veterinary services for K9 units in Houston, Texas. The procurement aims to establish a firm fixed price contract that includes a detailed Statement of Work, ensuring reliable care and support for the K9 units associated with the Office of Field Operations. This opportunity underscores the importance of maintaining the health and operational readiness of these units, which play a critical role in border enforcement activities. Interested parties must submit their proposals, including a Unique Entity ID from the System for Award Management (SAM), by March 4, 2025, at 5:00 PM (EST), and can contact Carroline Manning at caroline.r.manning@cbp.dhs.gov or by phone at 915-585-4438 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) issued by the Department of Homeland Security (DHS) for providing veterinary and kenneling services for K9 units associated with the Office of Field Operations in Houston, TX. The RFQ is set aside exclusively for small businesses, emphasizing the government's commitment to ensuring opportunities for these enterprises. The procedure includes submission requirements, including the Unique Entity ID from the System for Award Management (SAM), and specifies the deadline for offers as March 4, 2025, at 5:00 PM (EST). Key components of the RFQ include a firm fixed price contract, a detailed Statement of Work, and various clauses from the Federal Acquisition Regulation (FAR), which govern the procurement process. The proposal must detail costs for the required services, such as kenneling and veterinary care, with an anticipated award date set for early March 2025. Additionally, regulations related to the prohibition of certain foreign telecommunications equipment are specified, ensuring compliance with security and operational guidelines. The overarching goal is to establish a reliable service provision framework for the K9 units while adhering to federal contracting standards and small business support initiatives.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Canine Veterinary and Kenneling Services near San Juan, PR
    Buyer not available
    The Department of Homeland Security, through the Customs and Border Protection (CBP), is seeking qualified small businesses to provide canine veterinary and kenneling services in Carolina, Puerto Rico. The procurement aims to ensure the health and operational readiness of CBP's canine units by fulfilling specific technical requirements outlined in the Statement of Work (SOW), which includes regular veterinary care, emergency services, and compliance with federal regulations. This contract will have a one-year base period with four optional extensions, and interested contractors must submit their quotes by March 4, 2025, with evaluations prioritizing technical capability over cost and past performance. For further inquiries, potential bidders can contact Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    NYC, NY & Bethesda, MD Explosive Detection Canine Team (EDCT) Services
    Buyer not available
    The Department of Homeland Security is seeking qualified contractors to provide Explosive Detection Canine Team (EDCT) Services in New York City, NY, and Bethesda, MD. The procurement aims to enhance security measures through the deployment of trained canine teams capable of detecting explosives, which is critical for ensuring safety in public spaces and federal facilities. This contract falls under the NAICS code 561612, focusing on security guards and patrol services, and is categorized as a presolicitation notice. Interested parties should reach out to Ryan Ferry at ryan.ferry@fps.dhs.gov or Carly Diffenderfer at carly.diffenderfer@fps.dhs.gov for further details regarding the opportunity.
    Alarm Maintenance/CCTV Service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors for alarm maintenance and CCTV services under a total small business set-aside contract. The procurement aims to ensure the effective maintenance and operation of security systems, which are critical for safeguarding border enforcement operations. The services will be performed in New Orleans, Louisiana, and interested parties can reach out to Amoz Samuel at amoz.j.samuel@cbp.dhs.gov or call 202-325-0039 for further details. The opportunity is categorized under NAICS code 561621, focusing on Security Systems Services, and is classified as a Special Notice.
    U.S. Customs and Border Protection (CBP), U.S. Border Patrol (USBP), Tucson Sector Pest Control Management Service Requirement
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking qualified contractors to provide Pest Control Management Services for the Tucson Sector, with a focus on implementing an Integrated Pest Management (IPM) program across 23 designated locations. The procurement aims to ensure effective pest control measures that comply with federal and state regulations while maintaining operational integrity and safety. This contract, which is set aside for small businesses, will last from April 1, 2025, to March 31, 2026, with the possibility of four one-year extensions. Interested parties must submit their quotations, including technical and non-price factors, to the Contracting Officer, Christopher J. Shaw, at christopher.j.shaw@cbp.dhs.gov, within the specified timeframe, ensuring compliance with all outlined requirements.
    CBP Request for Information (RFI) for CBP Medical Services (Pre/Post Employment)
    Buyer not available
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the provision of medical services for pre- and post-employment evaluations, including medical examinations, fitness testing, consultations, and drug testing. This Request for Information (RFI) aims to gather insights for future procurement decisions, emphasizing the need for board-certified physicians to ensure that personnel meet critical medical standards necessary for law enforcement roles within the agency's workforce of approximately 60,000 employees. Interested parties are encouraged to submit their capabilities and experiences by March 2025, with the contract anticipated to commence in November 2026. For further inquiries, vendors may contact Peter Giambone at peter.a.giambone@cbp.dhs.gov or Matthew Coniglio at matthew.coniglio@cbp.dhs.gov.
    U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Directorate 9mm Duty and Reduced Hazard Qualification Ammunition
    Buyer not available
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking proposals for the procurement of 9mm Duty and Reduced Hazard Qualification ammunition through Request for Proposals (RFP) 70B06C25R00000018. The contract aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement to support the operational needs of CBP officers, with a focus on ensuring compliance with rigorous performance and safety standards. This procurement is critical for maintaining the safety and effectiveness of law enforcement operations, with a contract period anticipated from September 1, 2025, to August 31, 2030, and a maximum contract value of nearly $100 million. Interested parties must register at SAM.gov for updates and submit feedback on the draft RFP by February 18, 2025, to the primary contact, Jared A. Tritle, at jared.a.tritle@cbp.dhs.gov.
    Transportation Services for the SNA and HLG Field Office, TX
    Buyer not available
    The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking contractors to provide transportation and guard services for detainees in the San Antonio (SNA) and Harlingen (HLG) Areas of Responsibility in Texas. The contract will operate under an Indefinite Delivery-Indefinite Quantity (IDIQ) structure, requiring 24/7 secure transportation for immigrants undergoing processing, with specific provisions for guard hours and transportation mileage. This procurement is critical for ensuring compliance with immigration laws and maintaining public safety, with a focus on operational efficiency and adherence to federal standards. Interested parties should contact Shereen Demarais at shereen.demarais@ice.dhs.gov or Brittany Tobias at brittany.tobias@ice.dhs.gov for further details, with proposals due by January 28, 2025.
    Small-Scale, Handheld, and Chemical Identification Equipment Training
    Buyer not available
    The U.S. Department of Homeland Security, Customs and Border Protection (CBP), is seeking information from vendors regarding training for Small-Scale, Handheld, and Chemical Identification Equipment as part of its Non-Intrusive Inspection (NII) Program. The objective is to establish a Blanket Purchase Agreement for comprehensive training that enhances the proficiency of officers in operating various handheld devices used for identifying anomalies in travelers and conveyances, with courses covering equipment such as Gemini, MX908, and DrugIQ. This training is crucial for maintaining effective border security operations and will be conducted at designated locations domestically and internationally from late April 2025 to April 2030. Interested vendors must submit their responses, including a Capabilities Statement and pricing, by March 5, 2025, to the designated contacts: Aga Frys, Bryan Currier, and Kaitlin Merli via email.
    U.S. Customs and Border Protection (CBP) Office of Trade (OT) Import/Export Trade Data Subscription
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is soliciting proposals for an Import/Export Trade Data Subscription to enhance its trade enforcement capabilities. The primary objective is to secure a commercial trade data subscription service that provides comprehensive domestic and international trade shipment data, including details on commodities, bills of lading, and shipment activities, while ensuring user-friendly data manipulation and analysis tools. This initiative is crucial for improving trade monitoring and compliance with trade laws, thereby facilitating legitimate trade. Interested vendors must submit their proposals by March 6, 2025, at 3 p.m. ET, and can direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov. The contract is expected to commence on May 26, 2025, with a firm fixed-price structure and options for four additional one-year extensions.
    Fence Enclosures, Kingsville, TX
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting bids for the construction and installation of fence enclosures in Kingsville, Texas, aimed at containing feral swine populations as a preventive measure against potential African Swine Fever outbreaks. The project entails clearing approximately 2.5-3 acres of heavy brush and constructing a perimeter fence with three internal partitions, utilizing specific woven wire fencing materials and dimensions as outlined in the Statement of Work. This initiative is crucial for enhancing agricultural biosecurity and managing wildlife disease risks, reflecting the federal government's commitment to proactive disease prevention strategies. Contractors interested in this firm-fixed-price contract must submit sealed offers by March 28, 2025, and are encouraged to attend a site visit on March 14, 2025; the estimated project cost ranges between $25,000 and $100,000, with adherence to federal wage determinations required. For inquiries, contact Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603.