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 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.

    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 (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 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
    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.
    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.
    RFI - Executive, Administrative and Professional Support Services
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking industry feedback through a Request for Information (RFI) for Executive, Administrative, and Professional Support Services, which will succeed the current Blanket Purchase Agreement held by Mayvin, Inc. This procurement aims to gather contractor assistance across over thirty labor categories, with an estimated value exceeding $200 million over five years, and will require personnel capable of working in a federal law enforcement environment at USMS Headquarters and various satellite offices nationwide. The services are critical for supporting USMS operations in areas such as human resources, finance, and program analysis, ensuring compliance with federal regulations and continuity of operations. Interested parties must submit their responses by December 12, 2025, and direct all communications to Christopher Jones at christopher.jones10@usdoj.gov or Julie Simpson at julie.simpson@usdoj.gov, with the subject line “Administrative Management RFI.”
    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.
    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.
    FY26-30 A45 Transcription Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This Request for Quote (RFQ) requires a contractor to transcribe both digital and physical audio/video files, including Spanish-to-English translation, with options for expedited delivery within 10 and 3 days. The contract emphasizes the secure handling of sensitive information and compliance with various DOJ security and privacy regulations, necessitating background investigations for personnel and strict data security protocols. Interested small businesses must submit their completed quotes to Renee Leaman via email by December 10, 2025, at 12:00 PM EST, with the contract overseen by the Contracting Officer Representative, Demetria Leslie.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Buyer not available
    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.
    IT Support Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service's Justice Prisoner and Alien Transportation System (JPATS), is seeking qualified vendors to provide IT Support Services for its Management Information System (JMIS) and Movement Packet (MPAC) systems. The procurement aims to secure sustainment, operations and maintenance (O&M), and lifecycle technical support for various systems, including Oracle APEX, GAMS, and JARS for scheduling, as well as a custom mobile application and cloud services. This support is crucial for the effective management of prisoner transportation operations, with the anticipated period of performance extending from October 1, 2026, to April 30, 2034. Interested vendors should submit their responses by December 18, 2025, and can contact Victor J. Stamps at victor.j.stamps@usdoj.gov or by phone at 816-519-3519 for further information.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    Court Security Officers Circuit 12 Justification and Approval
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is seeking to procure Court Security Officers (CSOs) for Circuit 12, as outlined in their Justification and Approval notice. The primary responsibility of the CSOs will be to ensure the safety of judicial participants, including judges, court personnel, jurors, witnesses, defendants, and court visitors, by protecting them from unauthorized and potentially life-threatening activities. This procurement is critical for maintaining the integrity and security of the judicial process. Interested parties can reach out to Courtney Middleton at Courtney.Middleton@usdoj.gov or by phone at 703-217-1848 for further details regarding this opportunity.