Customs and Border Protection (CBP) - DUAL PURPOSE DETECTION CANINE
ID: 20147253Type: 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 its Border Patrol K9 Center in El Paso, Texas. The selected contractor will be responsible for providing suitable canines that meet specific breed, health, and behavioral criteria within 60 days of contract award, ensuring they are fit for training at the U.S. Border Patrol Canine Academy. This procurement is crucial for enhancing CBP's operational capabilities in detection and patrol functions. 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) for the acquisition of dual-purpose detection canines by Customs and Border Protection (CBP) outlines the responsibilities of contractors and performance criteria for canines. Vendors must provide suitable canines for training at the U.S. Border Patrol Canine Academy in El Paso, Texas, within 60 days of contract award. They may present canines that fail initial tests a maximum of three times within a year, subject to place and veterinary evaluations. Essential responsibilities include timely presentation, transport, care arrangements, and compliance with acceptance criteria covering breed, age, health, and behavioral capabilities. The document specifies comprehensive evaluation processes to determine a canine's suitability, including physical and medical assessments along with behavioral evaluations addressing temperament and genetic drives. A warranty period post-acceptance requires vendors to address any health issues arising within six months. Access to the academy mandates a short-term vetting process to ensure vendor employee suitability. Overall, the SOW delineates the terms and conditions necessary for effective canine procurement to enhance CBP operations in detection and patrol functionalities.
    The document outlines a proposal for the procurement of canines, specifically detailing the information required for submission in response to a Request for Proposals (RFP) or similar government solicitation. It collects pertinent data from the proposing company, including the solicitation number, contact details, unique entity ID (UEID), and business type, ensuring compliance with federal regulations. The proposal also necessitates information about the canines being offered, such as the number quoted, price per canine, total cost, availability date, age, and breed(s). This structure is indicative of the formal process involved in government contracting, where transparency, detailed specifications, and vendor qualifications are paramount. The document serves as a standard framework for vendors interested in supplying canines for government use, reflecting requirements for evaluation and selection in the context of federal and state procurement. Overall, it illustrates the structured approach the government employs in its purchasing processes, aimed at securing quality service and compliance with established standards.
    The document outlines techniques for assessing the Body Condition Score (BCS) of dogs, which is essential for monitoring nutritional status and weight management. BCS is a subjective, semi-quantitative method combining visual observation and palpation to estimate body fat. Two numeric scales are primarily used—a 5-point scale and a 9-point scale—allowing for clear identification of a dog’s weight relative to ideal standards. The scoring mechanism helps detect weight issues, with correlation studies demonstrating significant alignment between BCS and body fat percentage. Key insights include breed variability in body fat percentages, with certain breeds like Greyhounds showing lower fat levels despite higher BCS scores. The importance of assessing older dogs is noted, as they may have higher fat mass despite similar BCS to younger dogs. The document also guides on visual assessment and palpation techniques for accurate BCS evaluation. It concludes with alarming statistics, indicating that a substantial percentage of dogs in the U.S. are overweight or obese, characterizing obesity as a prevalent nutritional disorder with serious health implications. This document serves to inform veterinary practices, government health departments, and pet owners of the critical importance of proper weight management techniques in dogs, aligning with broader public health initiatives related to animal care and nutrition.
    The CBP Contractor Information Sheet outlines the necessary procedures and information for visitors to the U.S. Border Patrol Canine Academy. It emphasizes the requirement for at least 72 hours advance notice for visitor approval by the Office of Professional Responsibility, with a specific email and fax contact for submissions. Visitors must provide a Government-issued Photo ID and check in with security. Additionally, a designated escort is mandated, ensuring one for every four visitors, with stringent oversight to prevent unauthorized access. The document also reflects adherence to the Privacy Act of 1974, focusing on security checks for those granted limited access to U.S. Customs and Border Protection facilities. Overall, this file illustrates procedural requirements for contractor visits, highlighting security protocols essential for compliance and authorization within federal operations.
    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 (SK9) for its Border Patrol K9 Center in El Paso, Texas. The canines will be utilized to enhance trauma and mental health response capabilities, assisting in critical incident responses, death notifications, and daily employee engagement. Contractors must provide suitable canines that meet specific criteria, including breeds such as Labrador Retrievers and Golden Retrievers, aged 12-36 months, and must pass a rigorous three-phase evaluation process. Interested vendors should submit their quotes via email to Jeffrey Krebs by December 8, 2025, with all necessary documentation, including the completed Canine Proposal Information form. For further inquiries, contact Jeffrey Krebs at JEFFREY.S.KREBS@cbp.dhs.gov or Danielle Brandao Lacerda at DANIELLE.BRANDAOLACERDA@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.
    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.
    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.
    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.
    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.