Border Patrol Untrained Canine – Detection, Field Office K9 Center - FOK9
ID: 20148989Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONPROCUREMENT DIRECTORATE 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 eight untrained canines for the Office of Training and Development at the Field Office K9 Center in Front Royal, Virginia. The canines must meet specific acceptance criteria, including age, weight, and health standards, and will undergo medical and behavioral evaluations prior to acceptance. This procurement is critical for enhancing CBP's operational capabilities in detection and security, reflecting the agency's commitment to maintaining high standards in its canine units. Interested small businesses must submit their quotes by August 7, 2025, and can direct inquiries to Danielle Brandao Lacerda at danielle.brandaolacerda@dhs.gov or John Thomas Crockett at john.crockett@dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the procurement process for Customs and Border Protection (CBP) canines suitable for training. The contractor must deliver canines within 30 days of award notification, with an allowance for replacement canines if initial selections fail. Canines must undergo multiple evaluations—medical and behavioral—at CBP locations before acceptance, with specific documentation required, including health certificates and vaccination records. Acceptance criteria stipulate canines should be between 12-36 months old, weigh appropriately, and be medically sound, with established behaviors for potential detector duties. The document details contractor and CBP responsibilities regarding costs, care, and the logistics of canine evaluation. Additionally, it specifies tests to assess the canines’ retrieval instincts and temperament, as well as their capability to handle varied environments and stimuli. A quality assurance clause mandates prompt replacement of any canines identified with chronic issues post-acceptance. This procurement aims to ensure that only high-quality, capable canines are integrated into CBP's operations, reflecting the federal emphasis on efficiency and operational readiness.
    The document pertains to a solicitation for canine procurement initiated by a government entity, outlining the essential information required from bidders. Key details needed include the solicitation number, company name, contact details, and the address of the proposing entity. It requires data on the specifics of the canines offered, such as the number quoted, price per canine, total cost, age, breed(s), and availability date. Additionally, bidders must provide their unique entity identifier (UEID), business type, and the expiration date for their registration in the System for Award Management (SAM). This structured approach aims to standardize submissions from various vendors, ensuring comprehensive evaluation for fulfilling governmental needs involving canines, likely for law enforcement or security purposes. This document serves as an invitation for potential suppliers to submit their proposals in compliance with established government RFP norms.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), VA
    Buyer not available
    The Department of Defense is soliciting bids for the repair of the Military Working Dog (MWD) Kennel Interior at Facility 1030, Joint Base Langley-Eustis (JBLE), Virginia. The project aims to completely overhaul the existing Heating, Ventilation, and Air Conditioning (HVAC) system and expand individual kennel cells to meet the requirements outlined in the Kennel Design Guide, addressing critical health and odor concerns. This renovation is vital for ensuring the well-being of military working dogs and maintaining operational standards at the facility. Interested contractors should note that the estimated project cost is between $1,000,000 and $5,000,000, with a pre-bid site visit scheduled for January 6, 2026, and bids due by January 22, 2026. For further inquiries, contact Callie J Compton at callie.compton@us.af.mil or 757-764-7228.
    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 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.
    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.
    How to do Business with U.S. Customs and Border Protection
    Buyer not available
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is offering training sessions for small businesses interested in learning how to engage in business with the agency. These training sessions, part of the Office of Acquisition's Industry Partnership and Outreach Program (IPOP), will occur on the first and third Tuesdays of each month from 1:00 PM to 2:30 PM EST, and interested contractors must register through the CBP Business Connection Portal. This initiative is crucial for enhancing small business participation in federal contracting opportunities, ensuring that potential vendors are well-informed about the procurement process. For further inquiries, interested parties can contact Ivette Jorge at smallbusinessoffice@cbp.dhs.gov or David K. Harrod at cbp-ipop@cbp.dhs.gov.
    CBP Ajo Station Trash Removal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking quotations for solid waste removal services at the Ajo Border Patrol Station and the Ajo State Route 85 Checkpoint in Arizona. The contract encompasses a base year and four option years, with service requirements including the provision of trash containers, specified pickup frequencies, and compliance with federal, state, and local regulations. This procurement is crucial for maintaining cleanliness and operational efficiency at these border facilities, with an anticipated award date around January 23, 2026. Interested small businesses must submit their quotes by December 10, 2026, and can direct inquiries to Eric Neckel at eric.r.neckel@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.