MODIFICATION
R -- 20155314 Kenneling for LALB
- Notice Date
- 12/22/2025 10:55:15 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
- 70B03C26Q00000008
- Response Due
- 1/8/2026 3:00:00 PM
- Archive Date
- 01/23/2026
- 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
- 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 the only solicitation; proposals are being requested, and a separate written solicitation will not be issued. This solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2025?03. Description of Requirements Objective CBP, Office of Field Operations (OFO), requires professional kenneling services to house and care for 25�35 CBP?owned canines (with surge capacity up to 7 additional) at a secure and compliant facility. The contractor shall provide: Secure housing (one canine per run) in a compliant kennel facility. Daily feeding and access to potable water. Routine cleaning and sanitation of kennels and break areas. Isolation/quarantine capability; incident reporting; coordination of emergency veterinary care when directed. 24/7 controlled access for CBP personnel; retrieval within SOW timelines. 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). Place of Performance The kennel facility must be located within a 5?mile radius of: 11099 S. La Cienega Blvd., Los Angeles, CA 91345. The facility must allow handlers to retrieve canines within 5 minutes of notification and within 10 minutes of arrival. Offerors shall provide the facility address and evidence of mileage (e.g., map or distance statement). Contract Type and Periods Contract Type: Single?award Indefinite?Delivery, Indefinite?Quantity (IDIQ); firm?fixed?price task orders. Ordering Periods: Base: 01/29/2026 � 01/28/2027 Option 1: 01/29/2027 � 01/28/2028 Option 2: 01/29/2028 � 01/28/2029 Option 3: 01/29/2029 � 01/28/2030 Option 4: 01/29/2030 � 01/28/2031 Submission Requirements Proposal Submission Required Proposal Components: 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) Technical Capability Statement Demonstrate compliance with SOW requirements, including: Kennel Facilities Description�floor plans; security measures; video surveillance coverage; fencing; climate control/ventilation; backup power. Operations Plan�procedures for daily care; fixed feeding at 6:00 a.m. and 2:00 p.m. unless otherwise prescribed; sanitation/deep cleaning; emergency handling; 24/7 access/retrieval process. Security and Emergency Response�plans for escaped dogs; access controls; unauthorized entry prevention. Regulatory Compliance�proof of compliance with Animal Welfare Act (9 CFR 3.1 & 3.11) and acknowledgment of HB 3200?07B adherence via official CBP channels; applicable state/local kennel licensing/permits. Employee Background Checks�confirmation that personnel screening meets facility access requirements (e.g., NCIC escorting when applicable). Facility Location Evidence�address and documented mileage within the 5?mile radius; retrieval timelines (5 minutes of notification; 10 minutes from arrival). Deliverables due at proposal submission (per SOW Section 12): facilities description; operations plan; security/emergency response plan; regulatory compliance documentation; potable water certification; employee education plan; escaped dog plan; animal injury/illness protocols; bathing utility statement. Pricing Proposal Firm?fixed daily rate per dog for the 5?year IDIQ (per?dog, per?calendar?day). If the Government includes additional priced CLINs in the solicitation (e.g., quarantine/isolation surcharge; after?hours/emergency intake; medication administration), provide rates consistent with the SOW. Pricing must be all?inclusive of services required by the SOW (feeding, cleaning/disinfection, pest control, logs/reporting, isolation capability, access/security, backup power). Certifications and Compliance Facility and operational licenses/permits (federal, state, local). Acknowledgment of electronic invoicing via the Treasury Invoice Processing Platform (IPP). Service Contract Labor Standards (SCLS) compliance: applicable Wage Determination for Los Angeles County, CA. Submission Instructions Email proposals to: christopher.patao@cbp.dhs.gov Subject line: �Proposal�Kenneling Services (LAX/LALB)�[Company Name]�70B03C26Q00000008� Due date/time: Jan 08, 2026 03:00 pm PST Proposal validity: Minimum 90 calendar days Evaluation Criteria (LPTA) CBP will evaluate proposals using the Lowest Price Technically Acceptable (LPTA) method: Technical Acceptability (Pass/Fail) Demonstrated compliance with all SOW requirements, including capacity and staffing; segregation and one?dog?per?run; feeding schedule and logs; sanitation/deep cleaning; pest control; isolation/quarantine; health/incident notifications; emergency veterinary coordination; recordkeeping/monthly reporting; access/retrieval timelines; security/video/lighting; backup power; fencing/gates; ventilation/temperature requirements; deliverables due at submission; regulatory compliance (Animal Welfare Act; state/local licensing). Proximity: facility within 5?mile radius of the address listed; retrieval timelines as stated. Price Reasonableness Pricing will be evaluated for fairness, accuracy, and reasonableness; total evaluated price using Government estimated quantities; screen for unbalanced pricing. Responsibility Determination Offerors must be determined responsible per FAR 9.104 (e.g., SAM active; no exclusions; capacity to perform). Selection Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Administrative Terms Invoicing and Payment: Invoices via Treasury�s IPP; Net 30 from acceptance. SCLS/Wage Determination: Adhere to the applicable WD for Los Angeles County, CA. Records/Confidentiality: No public identification or media use featuring CBP canines, CEOs, or the facility without written approval; protect CBP canine identities and locations. Attachments Attachment 1: Statement of Work (SOW) � Kenneling Services (LAX/LALB) Attachment 2: Pricing Form (estimated quantities by period, if used) Attachment 3: Wage Determination � Los Angeles County, CA Attachment 4: Contract Clauses
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2eaa59420fa14b9faabf269f1f31697c/view)
- Place of Performance
- Address: Los Angeles, CA 90045, USA
- Zip Code: 90045
- Country: USA
- Zip Code: 90045
- Record
- SN07672345-F 20251224/251222230034 (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 |