(1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.
(2) The solicitation number is 70B03C25Q00000240 (PR 20149594) and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. The associated North American Industrial Classification System (NAICS) code for this procurement is Primary 812910 Pet Care (except Veterinary) Services.
(3) This procurement shall be Open Market, Small Business Set-Aside. All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining amendments. The resulting award will be base year, plus four (4) possible option years, to the offeror who provides the Best Value to the Government in compliance with the provided Statement of Work (SOW). Offeror’s evaluation will be based on Factor 1 -Management and Technical Approach, Factor 2 - Past Performance and Specialized Experience and Factor 3 -Price/Cost. Offerors must demonstrate capabilities in relation to the requirement as set forth in the Statement of Work (SOW) and this RFQ. The proposals will be evaluated carefully in accordance with the aforementioned factors.
(4) Site destination shall be located no more than thirty-five (35) miles from the canine’s work address. Twenty-four-hour access is required for each assigned canine enforcement officer to the portion of the facility to be used to kennel CBP canines. The canine’s work address is:
U.S. Customs and Border Protection
423 Canal Street
New Orleans, LA 70130
(5) The Department of Homeland Security (DHS), Customs and Border Protection (CBP) intends to award a Firm Fixed Price (FFP), Purchase Order (PO) for the procurement of Kenneling Services. It is required that all contractors submitting a quote in accordance with attached SOW demonstrate they can fulfill stated requirements. CBP reserves the right to award with or without a site visit to the contractor’s facility, as well as make unscheduled inspections post-award to ensure acceptable conditions and that all requirements listed in the SOW are being met.
(6) The purpose of this procurement action is to procure Kenneling Services on an as-needed, daily basis with a responsible contractor. The current requirement is for one (1) canine; however, this number may fluctuate depending on the requirements of the work, and the quantity of dogs may increase or decrease over the duration of the service period. Please see attached SOW for details of the requirement.
(7) Offerors must provide company point of contact, company address, SAM’s UEI number, phone number, and email address. In addition, contractors must include in their RFQ Packet the following:
- Acknowledgement of any modifications or amendments
- Price Quote Form (PQF), containing pricing per canine, per day for each service year.
- Capability Statement in accordance with the SOW, this RFQ and detail cost associated with any sub-contractor if utilized
To be considered, price must be provided for each service/option year.
(8) The vendor selected for award SHALL be currently registered in System for Award Management (SAM) at https://www.sam.gov/SAM/ and submit invoices as defined by Federal Acquisitions Regulations (FAR) 2.101 as a condition of the contract. Registration in SAM requires a current Unique Entity ID (UEI) number. No award can be made to a vendor not registered in SAM. No award can be made if facility is not fully operational at time of award.
(9) Delivery of Submittals: Your RFQ packet must be RECEIVED through email to the Contract Specialist/Contracting Officer no later than May 7, at 2:00 pm. Eastern Time (Indianapolis). No phone calls will be accepted. Late submissions will not be accepted.
The electronic submission shall be addressed to the Contract Specialist Shana Schreiner via email to shana.l.schreiner@cbp.dhs.gov.
Note: Intended Period of performance shall be a base year and four possible option years:
Base Year: May 12, 2025 – May 11, 2026
Option Year 1: May 12, 2026 – May 11, 2027
Option Year 2: May 12, 2027 – May 11, 2028
Option Year 3: May 12, 2028 – May 11, 2029
Option Year 4: May 12, 2029 – May 11, 2030
*Actual period of performance dates shall be outlined at award.
(10) The Service Contract Act (SCA) Wage Determination (WD) 2015-5189 Revision 29 is applicable to this requirement.
(11) Attachments Packet:
- Statement of Work (SOW)
- Price Quote Form (PQF)
- Wage Determination (WD)
- RFQ provisions and clauses
(12) Additional Information:
Compliance Statements:
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.