Search Contract Opportunities

20150216 Seattle Kenneling and boarding services   2

ID: 20150216 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Popular Questions:
Generate a draft:
Loading

Description

Posted: March 4, 2025, 8:05 a.m. EST

COMBINED SYNOPSIS/SOLICITATION

Kenneling Services for CBP Canine Enforcement Program Seattle

Solicitation Number: 70B03C25Q00000125 (PR 20150216)

1. General Information

This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 12 (Acquisition of Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures). It is being issued as a Firm-Fixed Price (FFP) Contract, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a separate written solicitation will not be issued.

2. Solicitation Number

Solicitation Number 70B03C25Q00000125 (PR 20150216) 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.

3. 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 offers for consideration.

4. Description of Requirements

4.1 Objective

U.S. Customs and Border Protection (CBP), Office of Field Operations (OFO), requires commercial kenneling services to house and care for up to 10 CBP-owned canines in accordance with Section 8 of the Statement of Work (SOW).

All services must comply with:

Animal Welfare Act (9 CFR 3.1 & 3.11)

National Canine Enforcement Program Handbook (HB 3200-07B)

All OSHA, EPA, state, and local laws applicable to commercial kennel operations

5. Place of Performance

The kennel facility must be located within the United States and within 10 miles (by road) of the CBP Area Port of Seattle.

CBP Facility Location for Distance Calculation

U.S. Customs and Border Protection

Area Port of Seattle

17801 International Blvd

Seattle, WA 98158

The contractor must meet all SOW requirements and provide 24/7 access to ensure operational effectiveness.

6. Type of Contract

CBP intends to award a Firm-Fixed Price (FFP) Contract under FAR Part 12 (Commercial Items).

Pricing will be structured per-dog, per-day for up to 10 CBP-owned canines.

Invoices will be processed via the Invoice Processing Platform (IPP).

Base Period: 3/10/2025 06/09/2025 (3 months)

Option Period(s): Subject to approval.

7. Submission Requirements

Required Proposal Components

Offerors shall submit a comprehensive proposal that includes:

1. Company Information

Legal Business Name

Business Address

Point of Contact (POC) Name, Title, Phone, and Email

SAM Unique Entity Identifier (UEI) (Active SAM.gov registration required)

2. Technical Capability Statement

Kennel Facilities Description (floor plans, security measures, video surveillance, fencing, and climate control)

Operations Plan (daily care, feeding, sanitation, and emergency procedures)

Security and Emergency Response Plan (escaped dog plan, emergency response procedures, unauthorized access prevention)

Regulatory Compliance Documentation (proof of compliance with the Animal Welfare Act & National Canine Enforcement Program Handbook)

3. Pricing Proposal

Firm-Fixed Daily Rate per Dog

Detailed Breakdown of Costs (Per-Dog, Per-Day)

4. Required Certifications & Compliance Documentation

Facility Licenses & Permits (Due with Quote)

Fire Evacuation & Emergency Procedures Plan (Due with Quote)

Escaped Dog Plan (Due within 10 days of award)

Video Surveillance Plan & CBP Access Credentials (Due with Quote)

Animal Injury Response Procedures (Due within 10 days of award)

Insurance Documentation (Due with Quote)

8. Submission Deadline

All proposals must be submitted electronically to:

Email: christopher.patao@cbp.dhs.gov

Submission Deadline: March 6, 2025 Close of Business (COB)

Offerors are responsible for ensuring timely submission. Late proposals will not be accepted or evaluated.

9. Evaluation Criteria

Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) methodology in accordance with FAR 12.602.

1. Technical Acceptability

Offerors must demonstrate full compliance with all SOW requirements, including:

Facility Security: Meets all SOW Section 4B requirements, including fencing, video surveillance, and access restrictions.

Kennel Conditions: Proper ventilation, drainage, and compliance with SOW Sections 4B.1 4B.5.

24/7 Access: Facility must allow 24/7 CBP personnel access per SOW Section 4A.1.

Video Surveillance Compliance: Continuous 24/7 video surveillance per SOW Section 4B.9, with remote access for CBP Supervisors.

Regulatory Compliance: Verifiable adherence to the Animal Welfare Act (9 CFR 3.1 & 3.11) and other applicable laws.

2. Price Reasonableness

Competitive pricing will be evaluated for fairness and accuracy.

3. Responsibility Determination

Offerors must be determined responsible under FAR Part 9.104.

Award will be made to the responsible offeror whose quote is determined to be technically acceptable and offers the lowest evaluated price.

10. Compliance & Certifications

All offerors must comply with the following requirements:

Active Registration in SAM: Offerors must be registered and active in SAM.gov.

Electronic Invoice Submission: All invoices must be submitted via the Invoice Processing Platform (IPP).

Service Contract Act (SCA) Compliance: Offerors must comply with SCA Wage Determinations for King County, WA.

Updated Clause Compliance: Offerors must review and comply with FAR CD 25-01 and FAR CD 25-03, including the revised 52.223-23 Sustainable Products and Services Clause.

11. Attachments

Statement of Work (SOW)

Contract Clauses and Provisions

Pricing Form

Wage Determination (WD) King County, WA

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 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. 52.222-25, Affirmative Action Compliance, and paragraph (d) 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). 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), (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.

Posted: March 3, 2025, 6:35 p.m. EST
Posted: March 3, 2025, 8:54 a.m. EST
Background
The U.S. Customs and Border Protection (CBP), Office of Field Operations (OFO), is seeking commercial kenneling services to support its Canine Enforcement Program in Seattle, Washington. The goal of this contract is to provide housing and care for up to 10 CBP-owned canines, ensuring compliance with various federal and local regulations, including the Animal Welfare Act and OSHA standards.

Work Details
The contractor will be responsible for providing all labor, materials, supervision, and facilities necessary for the kenneling services. Key requirements include:

1. Accessibility: Canines must be retrievable 24/7 by CBP personnel. The contractor must provide means of access to each canine for 12 CBP employees (10 Canine Enforcement Officers and 2 Supervisors).

2. Compliance: All services must adhere to the Animal Welfare Act, National Canine Enforcement Program Handbook, and applicable OSHA, EPA, state, and local laws.

3. Facility Requirements: The kennel facility must be located within 10 miles of the CBP Area Port of Seattle and maintain proper conditions for canine care including ventilation, drainage, and security measures such as fencing and video surveillance.

4. Emergency Procedures: The contractor must have an operations plan that includes daily care routines, sanitation protocols, emergency response plans for escaped dogs, and security measures against unauthorized access.

Period of Performance
The contract period is from March 10, 2024, through June 9, 2025.

Place of Performance
The kennel facility must be located within the United States and within 10 miles by road of the CBP Area Port of Seattle at 17801 International Blvd, Seattle, WA 98158.

Overview

Response Deadline
March 6, 2025, 9:00 p.m. EST Past Due
Posted
March 3, 2025, 8:54 a.m. EST (updated: March 4, 2025, 8:05 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Seattle, WA 98158 United States
Source

Current SBA Size Standard
$9 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
The solicitation is open for 3 days, below average for the Customs and Border Protection.
On 3/3/25 Customs and Border Protection issued Synopsis Solicitation 20150216 for 20150216 Seattle Kenneling and boarding services due 3/6/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 812910 (SBA Size Standard $9 Million) and PSC R416.
Primary Contact
Name
Chris Patao   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 20150216

Opportunity Assistant


AI Analysis

AI Generate

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 20150216

Award Notifications

Agency published notification of awards for Synopsis Solicitation 20150216

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 20150216

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 20150216

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 20150216

Experts for 20150216 Seattle Kenneling and boarding services

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US CUSTOMS AND BORDER PROTECTION > BORDER ENFORCEMENT CTR DIV
FPDS Organization Code
7014-BECD
Source Organization Code
100164020
Last Updated
March 21, 2025
Last Updated By
christopher.patao@cbp.dhs.gov
Archive Date
March 21, 2025