Search Contract Opportunities

CBP East Bay Kenneling Services – 20150894   2

ID: 70B03C25Q00000245 • Type: Synopsis Solicitation

Description

COMBINED SYNOPSIS/SOLICITATION
Kenneling Services for CBP Canine Enforcement Program East Bay Tactical
Solicitation Number: 70B03C25Q00000245 (PR 20150894)

1. 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 only solicitation; quotations are being requested, and a separate written solicitation will not be issued.

2. SOLICITATION NUMBER

Solicitation Number 70B03C25Q00000245 (PR 20150894) 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 quotes for consideration.

4. DESCRIPTION OF REQUIREMENTS

Objective
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 1 and 5 at any given time, based on operational needs. 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:

  • CBP EB Trade
  • CBP-East Bay Tactical POE: 700 Maritime Street, Oakland, CA 94607

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.

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 1 5 canines

7.4 Certifications and Compliance

  • Active SAM registration

8. SUBMISSION DEADLINE

All quotations must be submitted electronically to:

  • Email: christopher.patao@cbp.dhs.gov
  • Deadline: 05/16/2025 Before Close of Business 1500 Central Time
    Late submissions will not be considered.

9. EVALUATION CRITERIA

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.

10. 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 Alameda 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 includes 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 FAR 52.222-25, Affirmative Action Compliance, and paragraphs (d) and (t) of FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Additional examples include FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services, and FAR 52.213-4, Terms and Conditions Simplified Acquisitions (Other Than Commercial Products and Commercial Services); FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation.

Contracting officers will not consider the following representations when making award decisions or enforce requirements:

  • Paragraphs (d) and (t) of FAR 52.212-3
  • Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of FAR 52.212-5
  • Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of FAR 52.212-5
  • Paragraphs (a)(1)(vii) and (a)(1)(viii) of FAR 52.213-4

Additionally, under this deviation, Executive Order 14057 does not apply to this procurement.

11. ATTACHMENTS

  • Request for Quote (RFQ)
  • Statement of Work (SOW)
  • Pricing Form
  • Wage Determination (WD) Alameda County, CA
  • Contract Clauses
Background
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 CBP Canine Enforcement Program (CEP) enhances the CBP mission through detection and apprehension of undocumented immigrants and seizure of controlled substances and other contraband utilized to finance terrorist or criminal drug trafficking organizations. The goal of this contract is to ensure efficiency of the working canines by providing secure housing, feeding, and care in compliance with applicable regulations.

Work Details
The contractor shall provide the following services:
- 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). The contractor must also demonstrate compliance with SOW requirements including kennel facilities description, operations plan, security and emergency response plan, regulatory compliance documentation, facility and operational compliance documentation, potable water certification, employee education plan, escaped dog plan, animal injury and illness protocols, and bathing utility statement.

Place of Performance
The kennel facility must be located within the United States and within a 25-mile radius of both CBP EB Trade and CBP-East Bay Tactical POE: 700 Maritime Street, Oakland, CA 94607.

Overview

Response Deadline
May 16, 2025, 4:00 p.m. EDT Past Due
Posted
May 8, 2025, 11:03 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Oakland, CA 94607 United States
Source
SAM

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)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
The solicitation is open for 8 days, below average for the Customs and Border Protection.
On 5/8/25 Customs and Border Protection issued Synopsis Solicitation 70B03C25Q00000245 for CBP East Bay Kenneling Services – 20150894 due 5/16/25. 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 70B03C25Q00000245

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70B03C25Q00000245

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 70B03C25Q00000245

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70B03C25Q00000245

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70B03C25Q00000245

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
May 8, 2025
Last Updated By
christopher.patao@cbp.dhs.gov
Archive Date
May 30, 2025