Interior's $3.1M Juvenile Detention Contract Awarded to Cascade County Without Competition

Contract Overview

Contract Amount: $3,106,213 ($3.1M)

Contractor: Cascade County Commission

Awarding Agency: Department of the Interior

Start Date: 2020-08-01

End Date: 2025-08-31

Contract Duration: 1,856 days

Daily Burn Rate: $1.7K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: CASCADE COUNTY-JUVENILE DETENTION CENTER

Place of Performance

Location: GREAT FALLS, CASCADE County, MONTANA, 59405

State: Montana Government Spending

Plain-Language Summary

Department of the Interior obligated $3.1 million to CASCADE COUNTY COMMISSION for work described as: CASCADE COUNTY-JUVENILE DETENTION CENTER Key points: 1. The contract's value of over $3 million raises questions about potential cost efficiencies given the lack of competitive bidding. 2. Awarding a contract without competition limits the government's ability to explore alternative solutions and potentially lower prices. 3. The duration of the contract (over 5 years) suggests a long-term need, making the absence of competition a significant factor. 4. The fixed-price nature of the contract shifts some financial risk to the government if costs escalate beyond initial estimates. 5. The contract supports essential juvenile detention services, indicating a critical need within the Bureau of Indian Affairs and Education. 6. The geographic focus on Montana suggests a localized need for these services, potentially limiting broader market competition.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is challenging due to its sole-source nature and specific service delivery. Without competitive bids, it's difficult to ascertain if the $3.1 million represents a fair market price for juvenile detention services in Montana. The fixed-price structure, while providing cost certainty, could lead to overpayment if actual costs are lower than anticipated. Comparing this to similar contracts for juvenile detention facilities managed by other agencies or in different regions would be necessary for a more robust value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded using a sole-source justification, meaning it was not competed among multiple potential providers. This approach is typically reserved for situations where only one vendor can meet the specific requirements, or in cases of urgent and compelling need. The lack of competition means that the government did not benefit from a bidding process that could have driven down prices or introduced innovative solutions from a wider pool of contractors.

Taxpayer Impact: The absence of competition means taxpayers may not have received the best possible price for these essential services, as there was no market pressure to reduce costs.

Public Impact

The primary beneficiaries are the juveniles requiring detention services within the jurisdiction served by the Bureau of Indian Affairs and Bureau of Indian Education in Montana. The contract ensures the provision of essential correctional and rehabilitative services for young offenders. The geographic impact is concentrated in Montana, specifically serving the needs of the local juvenile justice system. The contract supports the operational workforce required to run and manage the juvenile detention facility.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The juvenile detention services sector is a specialized area within government contracting, often involving public safety and social services. Contracts in this sector can range from facility management to direct care and rehabilitation programs. While specific market size data for government-funded juvenile detention in Montana is not readily available, such services are a consistent requirement for federal, state, and local governments. This contract fits within the broader category of correctional services and public infrastructure management, where government agencies often partner with local entities or specialized providers.

Small Business Impact

The data indicates that this contract was not set aside for small businesses, nor does it appear to involve significant subcontracting opportunities for small businesses based on the information provided. The award to a county government entity suggests a direct service provision model rather than a procurement that would typically flow down to smaller commercial entities. Further investigation would be needed to confirm the extent of small business involvement, if any.

Oversight & Accountability

Oversight for this contract would primarily fall under the Bureau of Indian Affairs and Bureau of Indian Education within the Department of the Interior. Accountability measures would likely include performance reviews, adherence to service level agreements, and financial audits. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

interior, bureau-of-indian-affairs, bureau-of-indian-education, cascade-county, montana, definitive-contract, firm-fixed-price, sole-source, juvenile-detention, correctional-institutions, public-safety, social-services

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $3.1 million to CASCADE COUNTY COMMISSION. CASCADE COUNTY-JUVENILE DETENTION CENTER

Who is the contractor on this award?

The obligated recipient is CASCADE COUNTY COMMISSION.

Which agency awarded this contract?

Awarding agency: Department of the Interior (Bureau of Indian Affairs and Bureau of Indian Education).

What is the total obligated amount?

The obligated amount is $3.1 million.

What is the period of performance?

Start: 2020-08-01. End: 2025-08-31.

What is the track record of Cascade County in managing juvenile detention facilities, and have they previously held federal contracts for such services?

Information regarding Cascade County's specific track record in managing juvenile detention facilities and prior federal contract history is not detailed in the provided data. Typically, a sole-source justification would require the awarding agency to assess the unique capabilities and past performance of the selected contractor. For a comprehensive understanding, one would need to review the agency's justification documentation, which should include an evaluation of the contractor's experience, capacity, and performance history, particularly if they have managed similar facilities or received federal funding previously. Without this documentation, it's difficult to definitively assess their suitability beyond the agency's stated reliance on them.

How does the per-diem cost of this contract compare to similar juvenile detention services provided by other counties or states to federal agencies?

A direct per-unit cost comparison is not feasible with the provided data, as the contract value is a total amount over a period, not a per-diem rate. To benchmark, one would need to divide the total contract value ($3,106,212.63) by the number of days (1856) and potentially estimate the average daily population housed. This would yield an approximate daily cost per bed. This figure would then need to be compared against publicly available data for similar juvenile detention facilities contracted by federal agencies (e.g., Bureau of Prisons, other BIA facilities) or state/local governments. Given the sole-source nature, it's unlikely a direct competitive benchmark exists, making external comparisons crucial for value assessment.

What specific risks are associated with a sole-source award for essential juvenile detention services, and how are they being mitigated?

The primary risks associated with a sole-source award for juvenile detention services include potential overpricing due to lack of competition, limited innovation from a restricted vendor pool, and a reduced incentive for the contractor to optimize performance or efficiency. Mitigation strategies would typically involve rigorous negotiation of contract terms, clear performance standards, robust oversight mechanisms, and potentially incorporating clauses for future competition or review. The Department of the Interior would need to demonstrate that the county possesses unique capabilities or that an urgent need precluded competition, and that the negotiated price is fair and reasonable through independent analysis, even without bids.

What is the expected effectiveness of the services provided under this contract in achieving juvenile rehabilitation and public safety goals?

The effectiveness of the services hinges on the specific programs and operational standards implemented by Cascade County, which are not detailed in the provided contract abstract. The contract's primary goal is to ensure the availability of detention facilities and associated services. Success in rehabilitation and public safety would depend on factors such as staffing levels, training, access to educational and counseling services, and adherence to best practices in juvenile justice. The Bureau of Indian Affairs and Bureau of Indian Education would be responsible for monitoring these aspects through performance metrics and site visits to ensure the services meet their objectives and contribute positively to the juveniles' outcomes and community safety.

How has federal spending on juvenile detention services in Montana, particularly through the Bureau of Indian Affairs, trended over the past five years?

Historical spending data for federal juvenile detention services in Montana through the Bureau of Indian Affairs is not provided in the current dataset. To analyze spending trends, one would need to access historical contract databases or agency budget reports. Such an analysis would involve identifying all contracts related to juvenile detention awarded by the BIA (and potentially other relevant agencies) within Montana over the specified period. This would allow for an assessment of whether spending has increased, decreased, or remained stable, and whether this contract represents a significant shift or continuation of prior investment levels.

Industry Classification

NAICS: Public AdministrationJustice, Public Order, and Safety ActivitiesCorrectional Institutions

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 0040466579

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 325 2ND AVE N (COURTHOUSE ANNEX), GREAT FALLS, MT, 59401

Business Categories: U.S. Government Authorities, Category Business, Government, U.S. Local Government, U.S. National Government, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $3,106,213

Exercised Options: $3,106,213

Current Obligation: $3,106,213

Actual Outlays: $3,106,213

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2020-08-01

Current End Date: 2025-08-31

Potential End Date: 2025-08-31 00:00:00

Last Modified: 2026-03-25

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending