MODIFICATION
R -- CBP East Bay Kenneling Services � 20150894
- Notice Date
- 5/8/2025 8:03:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812910
— Pet Care (except Veterinary) Services
- Contracting Office
- BORDER ENFORCEMENT CONTRACTING DIVISION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 70B03C25Q00000245
- Response Due
- 5/16/2025 1:00:00 PM
- Archive Date
- 05/30/2025
- Point of Contact
- Chris Patao
- E-Mail Address
-
CHRISTOPHER.PATAO@cbp.dhs.gov
(CHRISTOPHER.PATAO@cbp.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/86e7a86dafa54a5eb4c3af3ca39026f0/view)
- Place of Performance
- Address: Oakland, CA 94607, USA
- Zip Code: 94607
- Country: USA
- Zip Code: 94607
- Record
- SN07435319-F 20250510/250508230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |