Customs and Border Protection (CBP) - DUAL PURPOSE DETECTION CANINE
ID: 20149038Type: 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, specifically the U.S. Customs and Border Protection (CBP), is seeking quotes for the procurement of up to three dual-purpose detection canines to support the Border Patrol K9 Center in El Paso, Texas. The selected contractor will be responsible for delivering qualified canines that meet specific health and behavioral evaluations, adhering to strict protocols outlined in the Statement of Work (SOW). These canines are essential for enhancing border security operations and training programs, ensuring compliance with health regulations, including mandatory vaccinations and testing for zoonotic diseases. Interested small businesses must submit their quotes by August 13, 2025, to Jeffrey Krebs at JEFFREY.S.KREBS@cbp.dhs.gov, with inquiries due by August 8, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for contractors providing dual-purpose detection canines to Customs and Border Protection (CBP) for fiscal year 2025. The primary responsibilities include delivering qualified canines for training at designated locations, adhering to specific health and behavioral evaluations, and ensuring timely presentations. The SOW establishes a clear protocol for canine evaluation, detailing criteria on breed, age, health, and behavioral assessments necessary for acceptance. Vendors are permitted a maximum of three instances to represent canines failing performance evaluations within a fiscal year, while all transportation and medical examination costs are the contractor's responsibility. The document emphasizes strict adherence to health requirements, including mandatory vaccinations and testing for zoonotic diseases. Additionally, it outlines the evaluation process designed to assess both patrol and detection abilities of canines through various behavioral tests under different scenarios. Quality assurance measures require canine replacement if pre-existing medical issues are identified within six months post-acceptance. Overall, the SOW seeks to ensure the procurement of high-quality canines capable of fulfilling CBP's operational demands while maintaining compliance with health and safety regulations.
    The document outlines a proposal information format for canine procurement, typically as part of a government Request for Proposals (RFP). Key details required include solicitation number, company and contact information, and canine specifications such as breed, age, and availability. It also encompasses financial elements like pricing per canine, total costs, and the company’s business type alongside SAM expiration and UEID. This structured approach aims to facilitate the submission and evaluation of proposals for canine services, ensuring compliance with federal and local government procurement processes. The document serves as a guide for businesses seeking to respond to government solicitations regarding canine services, highlighting essential information needed for proposal submission and assessment.
    The document outlines the importance of Body Condition Score (BCS) techniques for assessing the appropriate weight and fat levels in dogs. It establishes BCS as a crucial metric, similar to body weight, that allows veterinarians to identify potential health issues and manage obesity. The BCS is evaluated through subjective visual assessments and palpation, using two numeric scales (5-point and 9-point) to categorize dogs as underweight, ideal, overweight, or obese. The correlation between BCS and actual body fat percentage is significant, with ideal scores reflecting a fat percentage range of 15-25%. The document details variations in BCS across different breeds and ages, noting that older dogs may exhibit higher fat percentages despite similar BCS. It emphasizes that accurate tracking of both weight and BCS is vital for dogs' health management, especially in weight-loss programs. Approximately 24-44% of U.S. dogs are estimated to be overweight or obese, underscoring the prevalence of this nutritional disorder. This file serves as a guideline for practitioners, promoting awareness and best practices for managing canine health through effective body condition assessments.
    The CBP Contractor Information Sheet outlines the process for vendors, particularly those delivering canines to the U.S. Border Patrol Canine Academy in El Paso, Texas. Key requirements include submitting visitor details to the Office of Professional Responsibility at least 72 hours prior to the visit for approval. Visitors must be escorted at all times by designated DHS/CBP employees, with one escort needed for every four visitors. Visitors are required to present a U.S. Government-issued photo ID and must check in and out at the security desk. The document emphasizes compliance with security protocols to ensure authorized access to U.S. Customs and Border Protection facilities. It adheres to the Privacy Act, indicating that failure to provide the required information may result in access denial, demonstrating the importance of security and vetting processes in government operations regarding external contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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 (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.
    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 requires the contractor to provide all necessary containers and perform waste pickups, with Ajo Station needing two pickups per week and Ajo Checkpoint requiring one pickup per week, all during specified hours on weekdays. This procurement is a total small business set-aside, with a base year and four option years extending from February 2026 to February 2031, and interested vendors must submit their quotes by December 10, 2026, to the contracting officer, Eric Neckel, at eric.r.neckel@cbp.dhs.gov. The anticipated award date is January 23, 2026, and vendors must be registered in the System for Award Management (SAM) prior to the solicitation closing date.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Buyer not available
    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.
    Soft-Sided Facilities and Wrap-around Services El Paso
    Buyer not available
    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.