AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
ID: 15M50025QA4400022Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEUS DEPT OF JUSTICE, USMSLANDOVER, MD, 20785, USA

NAICS

Pet Care (except Veterinary) Services (812910)

PSC

SUPPORT- PROFESSIONAL: VETERINARY/ANIMAL CARE (R416)
Timeline
    Description

    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines, including onsite seizure assistance, transportation, daily care, veterinary treatment, and disposal services. This procurement is critical for the management of canines remanded to USMS custody, ensuring their welfare and compliance with federal regulations throughout the process. The contract will have a base period from February 27, 2026, to February 26, 2027, with five optional extension years, culminating in a total potential duration of 66 months. Interested vendors must submit their proposals by January 2, 2026, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Marshals Service (USMS) is issuing a Request for Quotation (RFQ) 15M50025QA4400022 for a national animal contract. This contract covers the mission-critical support, care, and management of seized animals remanded to USMS custody as per 28 CFR § 0.111. The solicitation, issued on November 24, 2025, includes a base period of performance from February 27, 2026, to February 26, 2027, and five unexercised option years extending through August 26, 2031. Key clauses incorporated by reference address contract terms, conditions, payment, invoicing, and contractor responsibilities, including maintaining performance during emergencies and complying with various federal regulations. The contractor will be responsible for submitting invoices and adhering to specific payment terms. The total duration of the contract, including all options, will not exceed 66 months.
    This document outlines the terms and conditions for the National Canine Services Request for Proposal (Solicitation NO.: 15M50025QA4400022), focusing on commercial item acquisition via FAR Part 15. It details firm-fixed price contract line items covering all associated costs, and an ordering system for task orders on a rotational basis, subject to exceptions. The document specifies that animal care, including relocation, kenneling, and veterinary services, must align with the Price Schedule and Statement of Work, with the Contracting Officer Representative (COR) having sole discretion for ordering services listed in the contract. Pricing schedules must be based on current Department of Labor wage determinations. The contract's period of performance spans a base year from 2/27/2026 to 2/26/2027, with four option years and a six-month extension, concluding on 8/26/2031. It also establishes a minimum guarantee of 10% of the total estimated dollar amount for each period and a contract maximum of 300% of the estimates in the Price Schedule.
    This document outlines the estimated requirements for canine intake, transportation, kenneling, veterinary care, expert witness services, and disposal services across a base year and four option years, with an additional FAR 52.217-8 option. Key services include outbound and return transportation, basic intake, on-site seizure, and special canine transportation. Kenneling for 120 days, various veterinary services (basic care, spaying/neutering, multiple disease testing, heartworm treatment, special care, biological sampling, necropsy, and excavation), and related miscellaneous expenses are detailed. The document also covers expert witness services and associated travel, as well as euthanasia and adoption disposal fees, and adoption transportation expenses. Costs for relocating canines from an incumbent contractor are also included in the base year. The requirements specify unit-based pricing for most services, with several cost categories listed as Firm-Fixed-Price (TBD) with escalating annual estimates.
    This document outlines additional clauses for the National Canine Services Request for Proposal (Solicitation NO.: 15M50025QA4400022). Key provisions include a list of observed government holidays, the contractor's responsibility for government property and the government's right of recovery for damages, and strict confidentiality requirements regarding animal seizure/forfeiture information. It also details procedures for documentation and file delivery upon contract termination, prohibits the sale of forfeited property to defendants or their agents, and bans contractors and their families from bidding on government-offered property. Security screening for contractor employees, focusing on criminal history checks, is mandated due to access to government assets. The document clarifies the Contracting Officer's (CO) primary role and responsibilities, outlines the structure and content of master task orders, and specifies detailed requirements for invoice submission and payment, ensuring compliance with the Prompt Payment Act.
    The Request for Proposal (RFP) Solicitation NO.: 15M50025QA4400022 seeks proposals for National Canine Services to support the United States Marshals Service (USMS) Asset Forfeiture Division (AFD). This competitive solicitation aims to award multiple Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to qualified vendors for a base period of 12 months, four one-year option periods, and a six-month extension option. Proposals are due January 2, 2026, by 10:00 a.m. EST and must be clear, coherent, and detailed, covering all aspects of the solicitation. The government intends to evaluate proposals and award contracts based on best value without discussions, though reserves the right to negotiate. Key components of the proposal include an oral presentation (Volume 1), technical capability/written proposal (Volume 2) not exceeding 25 pages, a pricing schedule (Volume 3), and a subcontracting plan (Volume 4) if applicable. Offerors must also ensure their System for Award Management (SAM.gov) representations and certifications are up to date.
    The Request for Proposal (RFP) Solicitation NO.: 15M50025QA4400022 seeks proposals for National Canine Services to support the United States Marshals (USMS) Asset Forfeiture Division (AFD). This competitive solicitation, under NAICS code 812910 Pet Care (Except Veterinary) Services, aims to award multiple Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The contract includes a 12-month base period, four 12-month option periods, and a six-month extension option. Proposals are due by December 22, 2025, and must include a signed SF-1449, an oral presentation, a pricing schedule, proposed storage facility details, technical capability materials, a sample adoption plan, and a subcontracting plan (if applicable). Offerors must ensure their System for Award Management (SAM.gov) registrations are current. The evaluation will prioritize best value, considering experience, technical capability, and price, with the government reserving the right to conduct site visits and down-select based on kenneling capacity.
    This government Request for Proposal (RFP) outlines the evaluation factors for the National Canine Services multi-award indefinite delivery, indefinite quantity (IDIQ) contract. Proposals will be judged on Experience/Oral Presentation, Technical Capability/Site Visit, Price, and a Subcontracting Plan (if applicable). Non-price factors (Experience and Technical Capability) are significantly more important than price, and are of equal importance. The Subcontracting Plan is the least important factor. The evaluation process will use 'confidence ratings' (High, Some, Low) for Experience and Technical Capability, assessing the offeror's understanding, approach, and likelihood of successful performance. Price will be evaluated for fairness and reasonableness, but without a confidence rating. Key subfactors for Technical Capability include Phase In/Out, Transportation/Initial Intake, Facilities/Kenneling, Adoption Services, and Key Personnel/Veterinarian Care. The government reserves the right to down-select based on kenneling capacity.
    The United States Marshals Service (USMS) Asset Forfeiture Division (AFD) is seeking proposals for comprehensive services for seized and forfeited canines. The Statement of Work (SOW) outlines requirements for onsite seizure support, transportation, daily care, kenneling, veterinary treatment, expert witness services, and disposal. The contractor must provide coverage for seizure and transport in all 94 USMS districts, with kenneling and veterinary services limited to the continental United States. Key personnel, including a Project Manager, 24/7 point of contact, and licensed veterinary staff, are required. Facilities must be safe, humane, and sanitary, with adequate security and exercise areas. The SOW details procedures for pre-seizure planning, on-site seizure services, initial intake, ongoing kenneling, basic and special veterinary care, expert witness services, and disposal methods such as adoption, euthanasia, or return to owner. Strict adherence to federal, state, and local laws, as well as detailed record-keeping and reporting, are mandatory.
    This government file details the estimated costs and services for canine care across a base year and four option years, plus an additional FAR 52.217-8 period, totaling $3,091,750. The services are categorized into Intake and Transportation, Kenneling, Vet Care, and Additional Services, Expert Witness Services, and Disposal. Key services include basic intake, on-site seizure, various veterinary treatments (e.g., heartworm, parvo testing, spay/neuter), kenneling for 120 days per canine, and disposal options like euthanasia and adoption. The proposed kenneling capacity remains at 250 canines for the base and option years, reducing to 125 for the FAR 52.217-8 period, consistently meeting 100% of the government's estimated required capacity. Travel expenses, special canine transportation, and miscellaneous costs are also outlined, with specific CLINs having estimated total prices contributing to the overall cost per year.
    The National Canine Services Request for Proposal (RFP) outlines questions and answers regarding various aspects of canine seizure services. Key clarifications include exceptions to the 72-hour mobilization policy, definition of routine blood tests as industry-standard veterinary screenings, and that an initial veterinary assessment can be completed by a vet tech or appropriately skilled professional. On-site reporting documentation encompasses all paperwork and photos generated on location. There will be no separate per-dog fee for initial transport, with all expenses included in the "Return Transportation" CLIN. "Person-days" are defined as the number of staff multiplied by travel days, with labor charges separate from travel expenses. Twenty-four-hour staffing requires trained personnel specifically assigned to canine monitoring, not just security. While advanced notice for meetings will be provided, declining a request is not an option. The U.S. Marshals Service (USMS) typically avoids publicizing dog seizures or vendor information to prevent interference with investigations and protect anonymity.
    This document, an attachment to a Request for Proposal (RFP) for National Canine Services, provides a series of questions from potential contractors and the corresponding answers from the government. The questions cover various aspects of the solicitation, including operational requirements, staffing, animal care procedures, logistical considerations, and contractual terms. Key clarifications include the definition of "routine blood tests," the qualifications for an "initial veterinary assessment," the composition of "on-site reporting documentation," and the calculation of "person-days" for transit. The government also addresses questions regarding mobilization exceptions, initial transportation fees, 24-hour staffing requirements, advanced notice for requests, public recognition for contractors, the possibility of multiple contractors, projected request volumes, and background check requirements. Notably, the government clarifies that security alone is insufficient for 24-hour staffing, declining requests is generally not an option (though rescheduling is), and multiple contractors are intended for this award. The document aims to provide comprehensive guidance and clarify ambiguities for contractors preparing their proposals.
    The document, titled "National Canine Services Request for Proposal, Solicitation NO. 15M50025QA4400022," outlines a structured question-and-answer format for an RFP. It provides dedicated sections for question numbers, relevant RFP sections, page numbers, the questions themselves, and the corresponding answers from National Canine Services. This standardized format is typical for government solicitations, ensuring transparency and clarity in the procurement process. The document's primary purpose is to facilitate communication between the requesting entity and potential bidders by organizing inquiries and official responses, thereby clarifying terms, specifications, and requirements related to the National Canine Services RFP.
    Lifecycle
    Title
    Type
    Similar Opportunities
    20155314 Kenneling for LALB
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for professional kenneling services to house and care for 25-35 CBP-owned canines at a secure facility in Los Angeles, California. The contractor will be responsible for providing secure housing, daily feeding, sanitation, emergency veterinary care coordination, and 24/7 access for CBP personnel, all in compliance with the Animal Welfare Act and the National Canine Enforcement Program Handbook. This contract, valued between $10,000 and $1,800,000 over a five-year period, will be awarded based on the Lowest Price Technically Acceptable (LPTA) method, with proposals due by January 8, 2026, at 3:00 p.m. PST. Interested parties can contact Chris Patao at christopher.patao@cbp.dhs.gov for further information.
    Kenneling Service - Port Huron
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking proposals for kennel services to support its Canine Enforcement Program in Port Huron, Michigan. The procurement involves establishing a five-year Blanket Purchase Agreement (BPA) for kennel facilities and services, requiring contractors to provide comprehensive care, including 24/7 access for authorized personnel, strict security measures, and adherence to sanitation protocols. This opportunity is crucial for maintaining the health and safety of canines used in enforcement operations, with a performance period from January 1, 2026, to December 31, 2030. Interested small businesses must submit their proposals, including a Kennel Price Quote Form, by December 29, 2025, at 11:00 AM Eastern Time, and can contact Shelly A. Julien at shelly.a.julien@cbp.dhs.gov or 317-614-4425 for further information.
    Commercial Kennels/Boarding Military Working Dogs
    Dept Of Defense
    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.
    Court Security Officers Circuit 1, 2, 3, 4, 5 & 8
    Justice, Department Of
    The Department of Justice, through the U.S. Marshals Service (USMS), is seeking sources for the provision of Court Security Officers (CSOs) across the 1st, 2nd, 3rd, 4th, 5th, and 8th Federal Judicial Circuits. The procurement aims to secure qualified personnel to maintain the CSO Program, ensuring the safety and security of federal court facilities through comprehensive entrance control, patrols, and escort duties. Interested contractors must demonstrate their capability to meet rigorous standards, including financial stability to support operations and compliance with specific training and qualification requirements. Responses to this Sources Sought announcement are due by 10:00 AM EST on January 5, 2026, and should be submitted to the designated contacts, Angie Comstock and Pamela Sullivan, via email.
    FY TD 26027 INITIAL GEAR BDUSMI 2603-2604
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is seeking proposals from qualified small businesses for the procurement of miscellaneous duty gear under the solicitation titled "FY TD 26027 INITIAL GEAR BDUSMI 2603-2604." This opportunity is a total small business set-aside and requires compliance with various Federal Acquisition Regulation (FAR) clauses, including those related to privacy and IT security, as well as maintaining contractor performance during emergencies. The goods are essential for the operational readiness of the USMS, with a delivery period from January 20, 2026, to September 30, 2026, to the USMS Training Academy in Glynco, Georgia. Interested vendors must submit their quotes by January 6, 2026, and can contact Jennifer Brite or Kate Oravitz-Weeks for further information.
    RFI - AFD: Towing, Storage, Maintenance and Disposal of Seized/Forfeited Vehicles for the Districts within the States of Florida, Virgin Islands, Georgia, North Carolina, and South Carolina
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is seeking qualified contractors for a Request for Information (RFI) regarding the towing, storage, maintenance, and disposal of seized and forfeited vehicles across multiple districts in Florida, the Virgin Islands, Georgia, North Carolina, and South Carolina. The contract will require the establishment of six contractor-furnished storage facilities located within 60 road miles of designated addresses in Tampa, Miami, Atlanta, Raleigh, Charlotte, and St. Thomas, with services expected to commence with a base year and four one-year options. This procurement is critical for the USMS to effectively manage seized assets, ensuring compliance with legal requirements and maintaining accountability throughout the asset lifecycle. Interested parties must submit a capability statement and completed pricing schedule by January 30, 2026, at 10:00 AM EST, to Christopher Ottie at Christopher.Ottie@usdoj.gov or the AFP Procurement Team at AFP.Procurement@usdoj.gov.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is issuing an updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after March 20, 2025. This solicitation serves as a framework for acquiring commodities for domestic food distribution programs, such as the National School Lunch Program, and includes updated requirements, clauses, and submission processes to ensure compliance with federal regulations. The MSCP-D aims to streamline procurement practices, enhance food safety, and support effective distribution of food commodities while adapting to regulatory changes. Interested vendors can find more information and guidelines on the USDA's website and are encouraged to contact David C. Jackson at davidc.jackson@usda.gov or 816-823-1142 for further inquiries.
    Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), VA
    Dept Of Defense
    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.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.