COMBINED SYNOPSIS/SOLICITATION
Kenneling Services for CBP Canine Enforcement Program – Calexico
Solicitation Number: 70B03C25Q00000183 (PR 20147445)
- General Information This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Subpart 12.6 and FAR Part 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation will not be issued.
- Solicitation Number Solicitation Number 70B03C25Q00000183 (PR 20147445) is issued as a Request for Quote (RFQ). This solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2025-03, effective January 17, 2025.
- Set-Aside This procurement is a Total Small Business Set-Aside under NAICS Code 812910 – Pet Care (except Veterinary) Services. Only qualified small business sources are eligible to submit quotes for consideration.
DESCRIPTION OF REQUIREMENTS
4.Objective The U.S. Customs and Border Protection (CBP), Office of Field Operations (OFO) requires professional kenneling services to house and care for CBP-owned canines at a secure and compliant facility. The number of canines to be kenneled will range between 36 and 43 at any given time, with fluctuations up to a maximum of 50 based on CBP mission demands. The contractor shall provide:
- Secure housing in a compliant kennel facility
- Daily feeding and access to clean water
- Routine cleaning and sanitation of kennels
- Coordination of emergency care and medical support as needed
- Compliance with security, access, and operational requirements as detailed in the Statement of Work (SOW)
All services must comply with the Animal Welfare Act (9 CFR 3.1 and 3.11) and align with the National Canine Enforcement Program Handbook (HB 3200-07B).
5. Place of Performance The kennel facility must be located within the United States and within a 25-mile radius of both the following CBP locations:
- Calexico East Port of Entry: 1699 E. Carr Rd., Calexico, CA 92231
- Calexico West Port of Entry: 200 E. First St., Calexico, CA 92231
The selected facility must comply with all Statement of Work (SOW) requirements and support CBP’s Canine Enforcement Program (CEP) operations in Imperial County, California.
PROCUREMENT DETAILS
6. Type of Contract The Government intends to award a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contractor shall provide firm-fixed-price (FFP) per-dog, per-day kenneling services. Task orders will be issued as needed throughout the contract period.
Start date of contract :05/01/2025
SUBMISSION REQUIREMENTS
7. Quotation Submission
7.1 Company Information
- Legal Business Name
- Business Address
- Point of Contact (POC) Name, Title, Phone Number, and Email
- SAM Unique Entity Identifier (UEI) (active registration required)
7.2 Technical Capability Statement Demonstrate compliance with SOW requirements, including:
- 7.2.1 Kennel Facilities Description (floor plans, security measures, video surveillance, fencing, climate control)
- 7.2.2 Operations Plan (daily care procedures, feeding, sanitation, emergency handling)
- 7.2.3 Security and Emergency Response Plan (escaped dog procedures, access control, unauthorized entry prevention)
- 7.2.4 Regulatory Compliance Documentation (Animal Welfare Act compliance, adherence to CBP guidelines)
- 7.2.5 Facility and Operational Compliance Documentation
- 7.2.6 Potable Water Certification
- 7.2.7 Employee Education Plan (handling animal-related injuries)
- 7.2.8 Escaped Dog Plan (Section 10.2 of SOW)
- 7.2.9 Animal Injury and Illness Protocols (Section 7 of SOW)
- 7.2.10 Bathing Utility Statement (Section 7.2 of SOW)
7.3 Pricing Quotation
- Firm-fixed daily rate per dog for the 5-year IDIQ contract
- Pricing must be structured per-dog, per-day for 36–50 canines
7.4 Certifications and Compliance
- Active SAM registration
- NCIC-compliant background check list
- Submission Deadline All quotations must be submitted electronically to:
- Email: christopher.patao@cbp.dhs.gov
- Deadline: 03/31/2025 Before Close of Business 1500 Central Time
Late submissions will not be considered.
EVALUATION CRITERIA
- Evaluation Process CBP will evaluate quotations using the Lowest Price Technically Acceptable (LPTA) method based on the following criteria:
9.1 Technical Acceptability
- Demonstrated compliance with all Statement of Work (SOW) requirements
- Facility readiness and compliance with operational standards
- Compliance with applicable animal care regulations
9.2 Price Reasonableness
- Pricing will be evaluated for fairness and reasonableness
9.3 Responsibility Determination
- Quoters must be determined responsible in accordance with FAR Part 9.104
Award will be made to the responsible quoter who submits a technically acceptable quotation with the lowest evaluated price that is determined fair and reasonable.
ADDITIONAL INFORMATION
- Compliance and Certifications Quoters must comply with the following:
- Active Registration in SAM
- Electronic Invoicing through IPP
- Service Contract Act (SCA) Wage Determination Compliance for Imperial County, CA
Compliance Statements:
In compliance with Executive Order, Ending Illegal Discrimination and Restoring Merit-Based Opportunity, dated January 21, 2025, the contractor agrees that its compliance in all respects with applicable Federal anti-discrimination laws is material to the government’s payment decisions for purposes of section 3729(b)(4) of title 31, United States Code; and, by virtue of submitting a quote/offer, the contractor certifies that it does not operate any programs promoting DEI that violate any applicable Federal anti-discrimination laws.”
No requirement in this contract should conflict or contravene Executive Order “Unleashing American Energy” dated January 20, 2025. To the extent any requirement may conflict or contravene that Executive Order, the requirement is deemed inapplicable to this contract. This would include requirements related to “climate-related risk management and/or greenhouse gas (GHG) emissions inventory and/or reduction target disclosure requirements.” The Contractor should consult with the Contracting Officer on any such requirement they determine is inconsistent with the Executive Order, and work on proposed modifications to comply with the EO and statutory requirements.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.222-25, Affirmative Action Compliance, and paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services); 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation. Components shall not consider or use these representations.
Contracting officers will not consider the following representations when making award decisions or enforce requirements:
Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services;
Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services. Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply;
Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services; and
Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply.
Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
ATTACHMENTS
- Request for Quote (RFQ)
- Statement of Work (SOW)
- Pricing Form
- Wage Determination (WD) – Imperial County, CA
- Contract Clauses