Opportunity

SAM #20153720

Procurement of Support Canines for CBP Border Patrol Canine Academy, El Paso, TX

Buyer

CBP Mission Support Contracting Division

Posted

April 23, 2026

Respond By

May 01, 2026

Identifier

20153720

NAICS

112990

U.S. Customs and Border Protection (CBP) is seeking support canines for the Border Patrol Canine Academy in El Paso, Texas, to enhance trauma and mental health response capabilities. - Government Buyer: - U.S. Customs and Border Protection (CBP), U.S. Border Patrol, U.S. Border Patrol Canine Academy (BPK9) - Products/Services Requested: - Up to 4 support canines (SK9) suitable for training and deployment in trauma and mental health response roles - Breeds specified: Labrador Retriever, Golden Retriever, Chesapeake Bay Retriever, Vizsla, Standard Poodle, Labradoodle - Age: 12-36 months - Must pass medical, physical, and behavioral evaluations, including AKC Canine Good Citizen test - Must meet strict health, socialization, and temperament criteria - Unique or Notable Requirements: - Delivery of canines within 30 days of award; all orders completed within 90 days - Post-acquisition evaluation period of 15 days at the CBP facility - 6-month warranty: vendor must retrieve and replace canines with medical or behavioral issues within specified timeframes - Vendors responsible for transportation and removal of non-accepted canines - Small business set-aside under NAICS 112990 - Place of Performance/Delivery: - U.S. Border Patrol Canine Academy (BPK9), 11617 Iron Soldiers Way, El Paso, TX - No specific OEMs or commercial vendors are named in the solicitation.

Description

SUBJECT: Request for Quote (RFQ) for Support Canines (SK9) for the Border Patrol K9 Center in El Paso, TX

Quantity – up to 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 conforming offer 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 with a size standard of $2.75M. The solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2025-06 effective 8/27/2025. 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) (NOV 2021) 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) to include clauses: 52.203-13, 52.203-17, 52.203-19, 52.209-10, 52.209-6, 52.219-8, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-51, 52.222-53, 52.222-54, 52.222-62, 52.224-3, 52.225-26, 52.226-8, 52.232-40, 52.233-3, 52.233-4, 52.247-64. 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.

Evaluation—Commercial Products and Commercial Services

Evaluation—Commercial Products and Commercial Services (Nov 2021)

(a) The Government will award a contract to the responsible offeror whose conforming offer is most advantageous, considering price and other factors. The evaluation factors, in descending order, are:

Technical: See SOW Section 3. Canine Acceptance Criteria. Open order (if any) status Past Performance Price

Technical and past performance, when combined, are relatively equivalent to price. As outlined below, technical and past performance will be evaluated first, with price considered in Phase II, Factor 5.

(b) Options: N/A

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the specified acceptance time, shall result in a binding contract. The Government may accept an offer (or part of an offer) before the expiration time unless a written 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 this Delivery Order. Changes effected by anyone else are considered unauthorized, and no adjustment will be made in the order price. The Contracting Officer is the only individual authorized to accept nonconforming work, waive requirements, or modify terms. No costs can be incurred before receipt of a fully executed order or specific authorization.

ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (AUG 2022)

Beginning April 11, 2016, payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). The payment request must comply with FAR 32.905(b) and the applicable Prompt Payment clause. The IPP website is: https://www.ipp.gov.

Required documents for submission as an attachment to the IPP invoice are N/A.

Contractors can obtain assistance with enrollment by contacting IPPCustomerSupport@fms.treas.gov or calling (866) 973-3131.

If unable to comply with IPP submission requirements, 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 its behalf refer to the supplies, services, or equipment in any news release or advertising without explicit written consent from the Contracting Officer. The Contractor agrees not to imply endorsement or superiority of their product or service by the Federal Government.

[End of Supplementary Terms and Conditions]

Attachment 1 - Canine Statement of Work.pdfRefer 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 it via email to JEFFREY.S.KREBS@cbp.dhs.gov. Quotes must be received no later than May 1st, 2026, 10:00 AM EST. Questions or comments must be submitted in writing to the Contract Specialist by April 28th, 2026, 10:00 AM EST. The Government reserves the right to publicly post all questions and answers.

Quotes must be submitted VIA email in the following format:

Subject line of email shall read: Vendor Name, PR Number (e.g., Doug’s dogs - PR 20141111) and must include the completed Attachment 2 - Canine Proposal Information.xlsx. Failure to follow this format will result in non-compliance and removal from evaluation.

Evaluation of Quotes

Basis for Award: CBP intends to make a single award based on the best value quote, considering price and non-price factors. Failure to provide the requested information will result in removal from the evaluation process.

Quotes will be evaluated under FAR Part 13.106-2(b). The Contracting Officer may award to other than the lowest priced quoter, based on the most advantageous offer considering price and other factors.

The evaluation will proceed in phases:

Phase I

This phase is Pass/Fail. Evaluation factors include:

Breed Conformance: Offerors quoting breeds other than those specified will fail. Availability Date: Offerors quoting a date longer than 60 days from the estimated Purchase Order date will fail.

Offers failing either factor will be removed from further consideration.

Phase II

Remaining offerors will be ranked based on:

Open Order Status: Preference for those with no open CBP canine orders. Past Performance: Preference for those with successful past performance with CBP. Price: Considered after factors 3 & 4. Canine Evaluation: Top-ranked offeror will be invited to deliver canines for evaluation at CBP.

Award Decision

Canines failing to pass CBP’s evaluation will be returned at the contractor’s expense within 7 days. If no canines pass, the offeror fails this phase, and the quote is unacceptable. The purchase order may then be terminated and re-solicited.

Delivery Location:

US Customs and Border Protection 11617 Iron Soldiers Way El Paso, TX 79903

View original listing