SUBJECT: Request for Quote (RFQ) for Support Canine Program (SK9) for the Border Patrol K9 Center in El Paso TX.
Quantity - 4 Canines
The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), has an anticipated requirement for obtaining canines in support of U.S. Customs and Border Protection (CBP) Office of Training and Development (OTD). In accordance with the Federal Acquisition Regulation (FAR) 12 and 13. This announcement constitutes the only solicitation; QUOTES ARE BEING REQUESTED and a written solicitation will not be issued. The Government will make an award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government. This solicitation is 100% set aside for small businesses. The North American Industry Classification System (NAICS) code is 112990 and has a size standard of $2.75M. The solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2025-03 effective 01/17/2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.
The Government intends to award a firm-fixed- price purchase order.
This is not a credit card purchase, and instructions will be provided to the awardee for use of System for Award Management / IPP.
APPLICABLE CLAUSES
52.204-13, System for Award Management Maintenance.
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and other Covered Entities (Deviation 20-05).
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Deviation 20-05)(DEC 2020)
52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the otter unless SAM registered which must be noted in the quotation.
52.212-4, Contract Terms and Conditions-Commercial Items.
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, to include clauses: 52.204-10. 52-204.27. 52.209-6, 52-214.12. 52.219-28, 52.222-3, 52.222-19, 52.222-21 (Applies over 100K), 52.222-26, 52.222-35 (Applies over 150K), 52.222-36, 52.222-37, 52.222-40, 52.222 -50, 52.223-18, 52.225-1, 52.225-5, 52.225-13, 52.232-33.
52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
ADDITIONAL CLAUSES TO BE INCORPORATED IN DELIVERY ORDER:
3052-205-70, Advertisement, Publicizing Awards, and Releases.
52.212-2 Evaluation—Commercial Products and Commercial Services.
Evaluation—Commercial Products and Commercial Services (Nov 2021)
(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order, shall be used to evaluate offers:
- Technical: See SOW Section 3. Canine Acceptance Criteria.
- Past Performance
- Price
Technical and past performance, when combined, are relatively equivalent to price. As outlined in the Evaluation of Quotes section below, technical and past performance will be evaluated first, with the pricing factor being applied in Phase II, Factor 5.
(b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
ADDITIONAL CBP CLAUSES TO BE INCORPORATED IN PURCHASE ORDER:
CONTRACTING OFFICER'S AUTHORITY (MAR 2003)
The Contracting Officer is the only person authorized to approve changes in any of the requirements of this Delivery Order. In the event the contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the Delivery
Order price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the Delivery Order, or to modify any term or condition of the Delivery Order. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed Delivery Order can be incurred before receipt of a fully executed Delivery Order or specific authorization from the Contracting Officer.
ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (AUG 2022)
Beginning April 11, 2016, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).
"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice:
N/A
The IPP was designed and developed for Contractors to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer.
GOVERNMENT CONSENT OF PUBLICATION/ENDORSEMENT (MAR 2003)
Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any news release or commercial advertising without first obtaining explicit written consent to do so from the Contracting Officer.
The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services.
[End of Supplementary Terms and Conditions]
Attachment 1- Canine Statement of Work.pdf
Refer to this attachment for all technical requirements in support of this effort.
Instructions for Quote Submission
Offerors shall complete Attachment 2- Canine Proposal Information.xlsx and return to CBP via email to JEFFREY.S.KREBS@cbp.dhs.gov. Quotes shall be received no later than May 29th, 2025, 10:0AM EST, to JEFFREY.S.KREBS@cbp.dhs.gov. No phone inquiries will be accepted, any questions or comments must be submitted in writing to the Contract Specialist no later than May 22nd, 2025 @ 10:00am EST to the email provided in this announcement. The Government reserves the right to post publicly all questions and answers.
Evaluation of Quotes
Basis for Award: CBP intends to make a single award from this RFQ. An award shall be made to the best value quote utilizing a tradeoff method between price and non-price factors, determining the quote most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote shall be removed from the evaluation process.
Quotes need to be submitted VIA email in the following format:
Subject line of email shall read: Vendor Name, PR Number (ex. Doug’s dogs - PR 20141111) and accompanied with completed Attachment 2- Canine Proposal Information.xlsx
Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Contracting Officer may issue a purchase order to other than the lowest priced quoter. The Government may award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government with price and other non-price factors considered.
Quotes will be evaluated in the following a phased approach, with Phase I being pass/fail, Phase II being trade-off, and Phase III being a pass/fail technical evaluation of canines brought to CBP for physical inspection against the requirements established in Attachment 1.
Phase I
This phase will be Pass/Fail. Quotes will be evaluated based on the following factors:
Factor 1: Breed Conformance- Offerors quoting breeds other than those specified in the Statement of Work will fail this factor and be removed from further consideration for the award. Offerors quoting breeds that match those identified in the Statement of Work will pass.
Factor 2: Availability Date- Offerors quoting an availability date longer than 60 days from estimated Notice to Proceed date (see bottom of this announcement for date) will fail this factor and be removed from further consideration for award. Offerors quoting an availability date 60 days or sooner from estimated Notice to Proceed date will pass this evaluation factor.
Any offeror who fails either of the factors in Phase I will be removed from consideration for award and will not be evaluated as part of Phase II.
Phase II
Upon removal of offerors that fail either of the Phase I factors, this phase will rank offerors based on a trade-off the following non-price and price factors, listed in the order of importance:
Factor 3: Open Order/Active Notice to Proceed- Higher preference will go to those offerors who have no open CBP canine orders where delivery is not yet fully complete or open Notices to Proceed (i.e., offeror obligated to provide canines under existing order or recently authorized to provide canines for medical, physical & behavioral evaluation within the last 60 days). Lower preference will go to those offerors who have open CBP orders or Notices to Proceed.
Factor 4: Past Performance- After consideration of Factor 3, higher preference will go to those offerors who have successful past performance providing canines to CBP. Offerors who have failed to deliver sufficient number of acceptable canines under previously CBP issued orders or Notices to Proceed dating back to the previous three (3) years will be given lower priority. Offerors who have succeeded in delivering acceptable quantities and quality of canines under previous CBP orders will be given higher priority.
Factor 5: Price- After consideration of Factor 3 & 4, the Government will consider price. For offerors of similar rankings in terms of Factors 3 & 4, price will become more of a consideration in determining whether the offeror will be issued a Notice to Proceed for Phase III evaluation.
Phase III
Factor 6: Canine Evaluation- Upon completion of evaluation of Phase II, the top-ranked offeror will be issued a Notice to Proceed (NTP). The NTP will require the offeror to deliver the required number of quoted canines to the location identified at the bottom of this announcement for medical, physical & behavioral evaluation as identified in Section 3 of Attachment 1- Statement of Work. The contractor is responsible for all transportation arrangements for shipment and retrieval and costs associated with those shipment and retrieval of the canine(s).
Award Decision
If at least one (1) of the delivered canines are determined acceptable per the requirements established in Section 3 of Attachment 1- Statement of Work, the offeror will pass Factor 6 and CBP will proceed to issue a purchase order the full quantity of required canines established in the RFQ to the offeror issued the NTP at the total price quoted in Attachment 2. All other offerors evaluated in Phase II will be notified of an unsuccessful quote. Any canine(s) that fail to pass the requirements or medical, physical & behavioral evaluation performed by CBP will not be accepted, and the contractor shall bear all expenses associated with the return of the canine to the contractor’s site within 7 days after receiving notification. CBP will not be responsible for the disposition of canines that have not passed all phases of selection. The vendor is responsible for removing the canines from CBP location within 7 days of notification to do so.
Replacement canines may be presented per Attachment 1- Statement of Work, Section 2.1 and 2.2.
Should no canines presented by the offeror issued the NTP pass the requirements or medical, physical & behavioral evaluation performed by CBP, the offeror will fail this phase, the quote will be determined unacceptable, and the presented canine(s) will be returned to the offeror, who shall bear all expenses associated with the return of the canine(s) to the contractor’s site within 7-days after receiving notification. CBP then intends to issue a NTP to the next ranked offeror from Phase II, and the process repeats until a quote passes Factor 6. This process will continue until no Phase II offerors remain. If no Phase II offeror passes Factor 6, CBP intends to cancel the RFQ.
Delivery Location:
US Customs and Border Protection
11617 Iron Soldiers Way
El Paso, TX 79906
Estimated Notice to Proceed (NTP) Issuance Date: NTP will be issued within thirty (30) days of the close of the solicitation.