AMENDMENT TWO: Canines are on various diets based on veterinarian recommendations, however the acceptable nutrition ranges are listed in the SOW.
AMENDMENT: This description is being amended to clarify the working canines program. The canines assigned to this location are detection canines only. They have not received bite or protection work.
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.
The solicitation number is 70B03C25Q00000496 (PR 20150857) 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) 2025-05. The associated North American Industrial Classification System (NAICS) code for this procurement is Primary 812910 Pet Care (except Veterinary) Services.
This procurement shall be full and open competition. 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 resulting in a period of performance of five (5) 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 -Technical- Facility Readiness and Compliance
Factor 2 - Past Performance and/or Specialized Experience
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.
Site destination shall be located no more than forty (40) miles. Twenty-four-hour access to the parking area is required. The official Customs and Border Protection (CBP) location is:
Customs and Border Protection Philadelphia International Airport
Terminal A West 3rd Floor
Philadelphia, PA 19153
The Department of Homeland Security (OHS), Customs and Border Protection (CBP) intends to award a FAR 16.203 Fixed-price with economic price adjustment, Blanket Purchase Agreement (BPA) for the procurement of Kenneling Services. It is required that all contractors submitting a quote in accordance with the 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 post-award inspections to ensure acceptable conditions and all requirements listed in the SOW are being met.
The purpose of this procurement action is to procure Kenneling Services on as needed, daily basis for Area Port of Philadelphia, PA with a responsible contractor. The current requirement is for five (5) canines; however, this number may fluctuate depending on the requirements of the work, and the quantity of canines may increase or decrease over the duration of the service period. Please see attached SOW for details of the requirement.
Contractors must provide company point of contact, company address, SAM's UEI number, phone number, and email address. Contractors must complete and sign Blocks 13, 14, 15, and 16 on page one (1) of this SF 18 form (RFQ Packet). In addition, contractors must include in their RFQ Packet the following:
Acknowledgement of any modifications or amendments.
Kennel Price Quote Form (KPQF), 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.
For the submission to be considered, the price must be provided for each service/ option year. Quote packets that are incomplete, unsigned, or late will not be considered.
The vendor selected for award MUST 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 Identifier (UEI) number. No award shall be made to a vendor not registered in SAM. No award shall be made if facility is not fully operational at time of award.
Delivery of Submittals: Your RFQ packet must be RECEIVED by email to the Contract Specialist/Contracting Officer no later than September 14, 2025, at 2:00 PM. Eastern Time. No phone calls will be accepted. Late submissions will not be accepted. The electronic submission should be addressed to the Contract Specialist Shana Schreiner via email to shana.l.schreiner@cbp.dhs.gov.
Note: Intended Period of performance shall be date of award, through September 17, 2030.
*Actual period of performance dates shall be outlined at award.
The Service Contract Act (SCA) Wage Determination (WD) 2015-4233 is applicable to this requiremen
- Attachments Packet:
- Request for Quote (RFQ)
- Statement of Work (SOW)
- Kennel Price Quote Form (KPQF)
4. Wage Determination (WD) 2015-4233