Border Patrol Untrained Canine – Detection, Field Office K9 Center - FOK9
ID: 20148894Type: 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 (OTD) at the Field Office K9 Center in Front Royal, Virginia. The selected contractor will be responsible for providing canines that meet stringent health, breed, and performance criteria, with delivery expected within 30 days of contract award. These canines are essential for enhancing CBP's operational capabilities in detection and training, ensuring effective law enforcement and border security measures. 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 and delivery of canines for the U.S. Customs and Border Protection (CBP) canine program. The contractor is expected to provide suitable canines for training and must ensure delivery within 30 days of contract award. The document details responsibilities for both CBP and the contractor, including conditions for replacement canines, costs associated with unaccepted animals, and strict acceptance criteria regarding the canines’ health, breed, and performance capabilities. Candidates must undergo pre-screening, medical, and behavioral evaluations, with specific requirements for age, weight, and health certification. The SOW emphasizes the importance of character traits for detection canines, such as stable temperament and prey drive. If defects or health concerns arise within six months of acceptance, the contractor must retrieve and replace the canine at no cost to the government. Overall, this document serves as a comprehensive guide for procuring canines that meet stringent standards for CBP’s operational needs, demonstrating a commitment to maintaining effective and operationally capable canine units.
    This document outlines a proposal related to the procurement of canines, including essential details for submission in response to a government RFP. It provides fields for the solicitation number, company and contact information, as well as specifics such as the number of canines being quoted, the price per canine, and the total cost. Key information includes the canines' availability date, age, and breed(s). The structure presents a straightforward template for vendors to complete, facilitating the evaluation process by government agencies. This proposal template is designed to streamline the acquisition of canines, likely for purposes such as law enforcement or military use, reflecting the systematic approach of government procurement practices.
    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.
    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.
    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 (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.
    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.
    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.
    Motor Vehicle Operationalize RFI
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information through a Request for Information (RFI) regarding motor vehicle operationalization (upfitting) services for law enforcement vehicles. The objective is to gather insights from industry experts on commercially available upfit options that align with CBP's specialized law enforcement operations, which include the integration of essential equipment such as lights, sirens, communication systems, and weapon storage. This initiative is crucial for enhancing the acquisition strategy and improving the efficiency and safety of law enforcement vehicle transformations. Interested vendors are invited to submit their responses by December 12, 2025, at 5:00 PM EDT, and can direct inquiries to Antwanette R. Boone-Murphy or Lloyd A. Burton via the provided contact information.