Canine Explosive Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Engraving and Printing (BEP), under the Department of the Treasury, is soliciting proposals for Canine Explosive Support Services at its Western Currency Facility in Fort Worth, TX. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract, utilizing Simplified Acquisition Procedures (FAR Part 13). The services aim to augment the BEP Police Force by providing canine detection and deterrent resources. Proposals are due February 24, 2026, at 4:00 PM CST.
Scope of Work
The contractor will provide Canine Detection Teams (CDT), each consisting of a handler and a single-purpose explosive detector canine. Services include inspections of delivery/service vehicles, cargo, employee/contractor vehicles, property, and designated areas within the WCF. Performance will occur in various environmental conditions. Contractor personnel must understand FORCE PROTECTION CONDITIONS and relevant Treasury regulations.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: One (1) Base Year (March 1, 2026 – February 28, 2027) and four (4) 12-month option years, extending through February 28, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561612 (Security Guards and Patrol Services) with a $29 million size standard.
- Place of Performance: Bureau of Engraving & Printing, Western Currency Facility, 9000 Blue Mound Road, Fort Worth, TX 76133.
- Registration: Offerors must be registered and current in SAM.gov.
Key Requirements & Deliverables
Contractor personnel must be suitable for Low-Risk positions, undergo background investigations, and possess all required county, state, and Federal permits, including BATF permits and a Texas Investigation company license. Handlers require a Texas Private Investigator license. Teams must maintain current detection-specific training certificates, perform weekly proficiency training, and provide 24/7 emergency response within two hours. A Quality Control System, Safety & Fire Prevention Plan, and proof of insurance are required. The Service Contract Act Wage Determination WD-2015-5231 Rev 31 applies, detailing minimum wages, fringe benefits, and other labor requirements for the Texas counties of Johnson, Parker, Tarrant, and Wise.
Submission & Evaluation
This procurement is conducted as a Request for Proposal (RFP) under solicitation number 2031ZA26R00013. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) process, considering Technical Approach, Past Performance, and Price. Technical proposals are limited to fifty (50) pages and must not include price information. Past performance will be evaluated based on three recent and relevant projects.
Important Dates
- Technical Questions Due: February 16, 2026, 4:00 PM CST
- Proposals Due: February 24, 2026, 4:00 PM CST
- Submission Method: Email proposals to Laqulla.Williams@bep.gov.
Contact Information
For inquiries, contact Laqulla Williams, Contract Specialist, at Laqulla.Williams@bep.gov.