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), Office of the Chief Procurement Officer, 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. Proposals are due April 16, 2026, at 4:00 PM CST.
Scope of Work
The contractor will provide trained and certified Canine Detection Teams (CDTs), each consisting of a handler and a detection-specific canine, to augment the BEP Police Force. Services include inspections of vehicles and cargo, explosives detection sweeps of designated areas, inspection of unaccompanied items, and roving patrols for deterrent purposes. Performance will occur in various environmental conditions, including extreme temperatures. A minimum of one CDT is required onsite, and emergency response support must be provided within two hours, 24/7.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: One (1) Base Year (May 1, 2026 - April 30, 2027) with three (3) 12-month option years, extending potentially through April 30, 2030.
- Set-Aside: Total Small Business (100%)
- NAICS Code: 561612 (Security Guards and Patrol Services) with a $29 million size standard.
- Applicable FAR Provisions: 52.212-1, 52.212-2, and 52.212-3.
- Wage Determination: Subject to U.S. Department of Labor Wage Determination WD-2015-5231, Revision 31, for Texas counties, outlining minimum hourly wage rates, fringe benefits, and hazardous pay differentials.
Submission & Evaluation
Proposals are limited to 50 pages, inclusive of all sections and attachments, and must be emailed to Laqulla.Williams@bep.gov. Award will be made to the responsible offeror with a technically acceptable proposal and the lowest evaluated price (LPTA). Evaluation factors include Technical Approach (rated Acceptable/Unacceptable), Past Performance, and Price. Canine certifications are required with the proposal.
Key Dates & Contacts
- Technical Questions Due: April 8, 2026, by 4:00 PM CST (email Laqulla.Williams@bep.gov and Brandy.Idemudia@bep.gov)
- Proposals Due: April 16, 2026, by 4:00 PM CST (email Laqulla.Williams@bep.gov)
- Primary Contact: LaQulla Williams, Contract Specialist (Laqulla.Williams@bep.gov, 817-847-3905)
Additional Notes
This is a new requirement, not a recompete. The contractor is responsible for providing all supplies, equipment, facilities, licenses, and permits. The Quality Assurance Surveillance Plan (QASP) details how contractor performance will be monitored, including Acceptable Quality Levels (AQLs).