DOJ awards $3.2M for residential care in Connecticut, with 8914% above benchmark

Contract Overview

Contract Amount: $3,244,845 ($3.2M)

Contractor: Community Solutions, Inc.

Awarding Agency: Department of Justice

Start Date: 2024-12-01

End Date: 2025-11-30

Contract Duration: 364 days

Daily Burn Rate: $8.9K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: RRC AND HC SERVICES IN BLOOMFIELD, CONNECTICUT. FY25 FUNDING.

Place of Performance

Location: WINDSOR, HARTFORD County, CONNECTICUT, 06095

State: Connecticut Government Spending

Plain-Language Summary

Department of Justice obligated $3.2 million to COMMUNITY SOLUTIONS, INC. for work described as: RRC AND HC SERVICES IN BLOOMFIELD, CONNECTICUT. FY25 FUNDING. Key points: 1. The contract's value significantly exceeds the benchmark, raising questions about cost-effectiveness. 2. Full and open competition was utilized, suggesting a potentially competitive bidding process. 3. The fixed-price contract type may offer cost certainty but could also lead to contractor overpricing if not managed well. 4. This award represents a small portion of the Department of Justice's overall spending. 5. The contract duration is one year, aligning with typical annual funding cycles. 6. The specific services provided under 'Other Residential Care Facilities' require further clarification to assess performance.

Value Assessment

Rating: questionable

The awarded amount of $3,244,844.96 for residential care services in Bloomfield, Connecticut, appears exceptionally high when compared to the provided benchmark of $8,914. This represents an over 8900% deviation, indicating a potential mispricing or a significant difference in the scope or quality of services expected. Further investigation is needed to understand the discrepancy and determine if the price reflects fair market value for the services rendered. Without more comparable contract data for similar services and locations, it is difficult to definitively assess value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, which typically involves soliciting bids from all interested and qualified sources. This method is generally preferred as it promotes a wider range of potential contractors and can lead to more competitive pricing. The number of bidders is not specified, but the use of this procurement method suggests an effort to ensure a fair and transparent process. However, the high cost relative to the benchmark raises questions about the effectiveness of the competition in driving down prices.

Taxpayer Impact: While full and open competition was used, the significant cost overrun compared to the benchmark suggests that taxpayers may not have received the best possible value. The pricing achieved in this instance appears to be an outlier, warranting scrutiny to ensure future procurements are more cost-effective.

Public Impact

The primary beneficiaries are individuals requiring residential care services within the Bloomfield, Connecticut area. The contract will deliver essential residential care services, likely supporting the Federal Prison System's needs. The geographic impact is localized to Bloomfield, Connecticut, and surrounding areas served by the facility. Workforce implications may include employment opportunities for care providers, administrative staff, and support personnel in the region.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the 'Other Residential Care Facilities' category, which is part of the broader healthcare and social assistance sector. This sector is characterized by a wide range of service providers, from large institutions to smaller, specialized facilities. Spending in this area is often driven by government mandates and the need for specialized care. Benchmarking within this specific sub-sector can be challenging due to the varied nature of services and client needs. The Department of Justice's use of such facilities is typically linked to correctional or rehabilitation programs.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, the primary focus is on the overall competition. There is no explicit information regarding subcontracting plans with small businesses. The impact on the small business ecosystem would depend on whether larger prime contractors, if any were involved, engage small businesses for support services, which is not detailed here.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Justice's Bureau of Prisons, given the agency and service type. Accountability measures would be embedded in the contract's performance standards and reporting requirements. Transparency is facilitated by the contract award notice, but detailed performance metrics and financial oversight reports are not publicly available through this data alone. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

department-of-justice, federal-prison-system, bureau-of-prisons, residential-care, healthcare, connecticut, full-and-open-competition, firm-fixed-price, delivery-order, community-solutions-inc, fy25-funding

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $3.2 million to COMMUNITY SOLUTIONS, INC.. RRC AND HC SERVICES IN BLOOMFIELD, CONNECTICUT. FY25 FUNDING.

Who is the contractor on this award?

The obligated recipient is COMMUNITY SOLUTIONS, INC..

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).

What is the total obligated amount?

The obligated amount is $3.2 million.

What is the period of performance?

Start: 2024-12-01. End: 2025-11-30.

What specific services are included under 'Other Residential Care Facilities' for this contract?

The provided data classifies the contract under NAICS code 623990, 'Other Residential Care Facilities.' This broad category can encompass a range of services, including but not limited to, housing, supervision, and support for individuals with specific needs. For the Department of Justice and the Federal Prison System, this likely pertains to facilities providing care and rehabilitation for inmates or individuals under correctional supervision. Specific services could include room and board, counseling, case management, and potentially specialized treatment programs. A detailed statement of work (SOW) within the contract documents would provide the precise scope of services, performance standards, and deliverables expected from Community Solutions, Inc.

Can the significant cost difference from the benchmark be explained by differences in service scope or quality?

The substantial difference between the awarded amount ($3,244,844.96) and the benchmark ($8,914) strongly suggests a discrepancy in either the scope of services, the quality expected, or the duration/intensity of care. The benchmark may represent a very basic level of service or a much smaller scale operation, while this contract could be for a comprehensive, long-term residential program with intensive support services. Alternatively, the benchmark might be outdated or not directly comparable to the specific needs of the Federal Prison System in this region. Without a clear understanding of what the benchmark represents and the detailed requirements of this contract, it is difficult to definitively explain the cost variance. Further analysis of the contract's Statement of Work and the methodology behind the benchmark is necessary.

What is the track record of Community Solutions, Inc. with federal contracts, particularly with the Department of Justice?

Information regarding the track record of Community Solutions, Inc. with federal contracts, specifically with the Department of Justice, is not provided in the data. To assess their performance history, one would need to consult federal procurement databases such as SAM.gov or FPDS-NG. These databases would reveal past awards, contract performance evaluations (e.g., CPARS), and any history of disputes or terminations. A positive track record with similar agencies and contract types would generally indicate a lower performance risk, while a history of issues might raise concerns. Understanding their past performance is crucial for evaluating the reliability of this current award.

How does this contract's pricing compare to other similar residential care contracts awarded by the federal government?

Direct comparison of this contract's pricing to other similar federal residential care contracts is challenging without more specific data points. The awarded amount of over $3.2 million is substantial, but its value proposition hinges on the scale, duration, and intensity of services. If this contract covers a large number of individuals over a full year with comprehensive support, the per-person, per-day cost might be more reasonable. However, given the extreme deviation from the provided benchmark, it is likely that this contract is priced significantly higher than average for comparable services, unless there are unique factors justifying the cost. A thorough market analysis of recent awards for similar services, considering geographic location and client population, would be necessary for a robust comparison.

What are the potential risks associated with a fixed-price contract of this magnitude for residential care?

A firm fixed-price contract, while offering cost certainty to the government, carries risks, especially for service-based contracts like residential care. If the contractor, Community Solutions, Inc., underestimated the costs associated with providing the services (e.g., staffing, supplies, facility maintenance), they could face financial losses, potentially impacting service quality or leading to disputes. Conversely, if the pricing was set too high due to inadequate competition or flawed cost estimation, the government might be overpaying. For residential care, risks include potential compromises in the quality of care if the contractor struggles financially, or conversely, excessive profits if the pricing was not adequately vetted against market rates. The significant deviation from the benchmark heightens the risk of overpayment.

What oversight mechanisms are in place to ensure the quality of care and proper utilization of funds?

Oversight for this contract would primarily be managed by the contracting officer and the contract administration team within the Department of Justice's Bureau of Prisons. They are responsible for monitoring performance against the contract's requirements, including the quality of residential care provided. This typically involves site visits, review of performance reports, and adherence to established standards. Funds utilization would be monitored through invoicing and payment processes, ensuring that payments align with delivered services. While the data doesn't specify unique oversight tools, standard government contract management practices would apply, potentially including performance metrics, quality assurance surveillance plans (QASPs), and regular communication with the contractor.

Industry Classification

NAICS: Health Care and Social AssistanceOther Residential Care FacilitiesOther Residential Care Facilities

Product/Service Code: SOCIAL SERVICESSOCIAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 340 W NEWBERRY RD, BLOOMFIELD, CT, 06002

Business Categories: Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,244,845

Exercised Options: $3,244,845

Current Obligation: $3,244,845

Actual Outlays: $3,253,941

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NOT OBTAINED - WAIVED

Parent Contract

Parent Award PIID: 15BRRC20D00000113

IDV Type: IDC

Timeline

Start Date: 2024-12-01

Current End Date: 2025-11-30

Potential End Date: 2025-11-30 00:00:00

Last Modified: 2026-02-17

More Contracts from Community Solutions, Inc.

View all Community Solutions, Inc. federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending