USMS AFD Justification for National Animal Services - Delta 21
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 U.S. Marshals Service (USMS) Asset Forfeiture Division (AFD) has issued a Justification for Other Than Full and Open Competition (JOFOC) for National Animal Services. This action secures a bridge contract with Delta 21 Resources Inc. to ensure continuous, critical care and evidentiary support for canines seized in illegal fighting operations. The estimated ceiling value for this Firm Fixed Price contract is $499,999.99, with services expected from contract award through August 31, 2026.
Purpose
This JOFOC justifies the need for immediate, uninterrupted commercial vendor support for the USMS AFD's National Animal Services. The primary goal is to prevent a lapse in care and maintain evidentiary continuity for canines involved in illegal fighting operations, which are managed as seized and forfeited assets. This bridge contract is necessary while a competitive recompete for these services is finalized.
Scope of Work
The contractor will provide comprehensive services for seized canines across any federal judicial district. Key services include:
- Onsite seizure and evidentiary support
- Transportation and daily care
- Veterinary treatment, food, and kenneling
- Expert witness services and disposal services
- Documentation on animal condition, care, and assessment for evidentiary purposes.
Contract Details
- Contract Type: Firm Fixed Price (FFP) with Contract Line Items (CLINs).
- Period of Performance: From contract award through August 31, 2026, with a potential option to extend services (FAR Clause 52.217-8).
- Estimated Ceiling Value: $499,999.99.
- Structure: Includes FFP CLINs for boarding, veterinary care, transport, and behavioral services, alongside reimbursable Other Direct Costs (e.g., necropsy, travel).
Justification for Sole Source
This procurement is justified under FAR 6.302-1 (Only one responsible source). The current task order expires on February 28, 2026, and a competitive recompete is in progress. Market research indicated a limited number of vendors capable of providing immediate nationwide services with 48-hour mobilization or assuming custody mid-case without disrupting the chain of custody or animal welfare. Delta 21 Resources Inc., the incumbent, is identified as the only responsible source capable of immediately providing the required services for this bridge period.
Efforts to Promote Competition
An RFI was posted in 4Q FY24, contacting three vendors, but only one response was received, which did not demonstrate the required capabilities. A competitive recompete was developed and released in Q1 FY26. This notice is posted to SAM.gov for transparency, with a low expectation for responses for this specific bridge action due to its immediate and specialized requirements.