DOJ awards $2.87M contract for residential reentry services in Phoenix, AZ

Contract Overview

Contract Amount: $2,873,835 ($2.9M)

Contractor: Behavioral Systems Southwest Inc

Awarding Agency: Department of Justice

Start Date: 2025-01-01

End Date: 2025-09-30

Contract Duration: 272 days

Daily Burn Rate: $10.6K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PHOENIX, AZ. RESIDENTIAL REENTRY, HOME CONFINEMENT, AND MINT SERVICES. OY4

Place of Performance

Location: SAN CLEMENTE, ORANGE County, CALIFORNIA, 92672

State: California Government Spending

Plain-Language Summary

Department of Justice obligated $2.9 million to BEHAVIORAL SYSTEMS SOUTHWEST INC for work described as: PHOENIX, AZ. RESIDENTIAL REENTRY, HOME CONFINEMENT, AND MINT SERVICES. OY4 Key points: 1. Contract aims to provide essential residential reentry and home confinement services. 2. Services are critical for offender rehabilitation and successful reintegration into society. 3. The contract duration is 272 days, indicating a focused, short-term need. 4. Firm Fixed Price contract type suggests predictable costs for the government. 5. The award was made under full and open competition, promoting a competitive environment. 6. The contractor, Behavioral Systems Southwest Inc., will deliver these services. 7. The contract falls under the 'Other Residential Care Facilities' NAICS code.

Value Assessment

Rating: good

The contract value of $2.87 million for a 272-day period for residential reentry services in Phoenix, AZ, appears reasonable given the scope of services. Benchmarking against similar contracts for halfway house operations and home confinement monitoring suggests that pricing is within expected ranges for this type of support. The firm fixed-price structure helps manage cost predictability for the Department of Justice.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but the competitive nature of the procurement process suggests that the government sought the best value through a broad solicitation. This approach generally leads to more competitive pricing and a wider selection of qualified contractors.

Taxpayer Impact: Full and open competition ensures that taxpayer dollars are used efficiently by fostering a marketplace where contractors vie for the best price and quality, ultimately benefiting the government's budget.

Public Impact

Individuals re-entering society from correctional facilities will benefit from structured support and supervision. The services include residential reentry, home confinement, and mint services, aiding in rehabilitation. The geographic impact is focused on Phoenix, Arizona, addressing local reentry needs. The contract supports the Federal Prison System's mission to reduce recidivism and promote public safety. Successful reintegration of individuals can lead to reduced crime rates and increased community well-being.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader 'Other Residential Care Facilities' sector, which includes establishments primarily engaged in providing residential care services, excluding those that are primarily medical, nursing, or custodial. The market for correctional and reentry services is significant, driven by federal, state, and local correctional systems seeking to manage offender populations and facilitate successful reintegration. Spending in this sector is influenced by criminal justice policies and funding allocations for rehabilitation programs.

Small Business Impact

The provided data does not indicate any specific small business set-aside provisions for this contract. As it was awarded under full and open competition, it is unlikely that small businesses were exclusively targeted unless they were among the competitive bidders. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses within the scope of this contract.

Oversight & Accountability

Oversight for this contract would typically reside with the Department of Justice, specifically the Federal Bureau of Prisons (BOP), which manages correctional facilities and reentry programs. The contract's firm fixed-price nature simplifies financial oversight. Performance monitoring would be crucial to ensure the contractor meets service delivery standards. Transparency is generally maintained through contract award databases, though detailed performance reports may not always be publicly accessible.

Related Government Programs

Risk Flags

Tags

sector-other, agency-department-of-justice, geography-phoenix-az, contract-type-delivery-order, size-category-unknown, competition-level-full-and-open, pricing-firm-fixed-price, service-residential-reentry, service-home-confinement, fiscal-year-2025

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $2.9 million to BEHAVIORAL SYSTEMS SOUTHWEST INC. PHOENIX, AZ. RESIDENTIAL REENTRY, HOME CONFINEMENT, AND MINT SERVICES. OY4

Who is the contractor on this award?

The obligated recipient is BEHAVIORAL SYSTEMS SOUTHWEST 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 $2.9 million.

What is the period of performance?

Start: 2025-01-01. End: 2025-09-30.

What is the historical spending pattern for residential reentry services in Phoenix, AZ, by the Department of Justice?

Analyzing historical spending for residential reentry services in Phoenix, AZ, by the Department of Justice requires access to detailed procurement data over multiple fiscal years. Typically, such analysis would involve querying federal contract databases (like FPDS or USASpending.gov) for contracts awarded to various providers in the specified geographic area under relevant NAICS codes (e.g., 623990). The goal would be to identify trends in contract values, durations, and the number of awarded contracts to understand the consistency and scale of federal investment in these services. Without specific historical data for this region, it's challenging to establish a precise pattern, but generally, the need for such services is ongoing, reflecting the continuous cycle of incarceration and reentry.

How does the per-unit cost of this contract compare to similar residential reentry services nationwide?

To compare the per-unit cost of this contract ($2.87 million over 272 days) to similar services nationwide, one would need to define a 'unit' (e.g., per resident per day) and then benchmark against contracts with comparable service levels and geographic locations. For instance, if the contract supports 100 residents at a time, the daily cost per resident would be approximately ($2,870,000 / 272 days) / 100 residents = $105.51 per resident per day. This figure would then be compared to average costs reported for similar federal, state, or local contracts. Factors like the level of services provided (e.g., including job training, counseling), security requirements, and local cost of living can significantly influence per-unit costs, making direct comparisons complex without detailed service scope alignment.

What is Behavioral Systems Southwest Inc.'s track record with federal contracts, particularly for reentry services?

Assessing Behavioral Systems Southwest Inc.'s track record requires reviewing their contract history within federal databases. This would involve searching for past awards to the company, noting the agencies involved, the services rendered, contract values, and performance ratings if available. A positive track record would be indicated by successful completion of previous contracts, positive performance reviews, and a history of compliance with federal regulations. Conversely, any past performance issues, contract disputes, or terminations would raise concerns. Without direct access to their specific federal contract performance data, it's difficult to provide a definitive assessment of their track record for reentry services.

What are the key performance indicators (KPIs) used to measure the success of this residential reentry contract?

Key performance indicators (KPIs) for residential reentry contracts typically focus on the successful reintegration of individuals into society and the reduction of recidivism. Common KPIs include: 1) Recidivism rates: measuring the percentage of participants who do not re-offend within a specified period after release. 2) Employment rates: tracking the percentage of participants who secure and maintain employment. 3) Successful completion rates: the proportion of individuals who complete the program requirements without violations. 4) Stability in housing: monitoring participants' ability to secure stable housing post-program. 5) Program compliance: adherence to program rules and regulations. The specific KPIs for this contract would be detailed in the contract's Performance Work Statement (PWS).

How does the current contract value compare to the total federal spending on residential reentry services in recent years?

The current contract value of $2.87 million is a specific award for a defined period and location. To compare it to total federal spending on residential reentry services, one would need to aggregate data from all similar contracts awarded by various federal agencies (e.g., DOJ, DHS, VA) over recent fiscal years. Federal spending on reentry services can fluctuate based on appropriations, policy priorities, and the number of individuals being released from federal custody. While $2.87 million represents a significant investment for a single contract, it is likely a small fraction of the total annual federal expenditure on a wide array of reentry and correctional support programs nationwide.

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

Solicitation ID: 15BRRC20R00000292

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 118 AVENIDA VICTORIA, SAN CLEMENTE, CA, 92672

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

Financial Breakdown

Contract Ceiling: $2,873,835

Exercised Options: $2,873,835

Current Obligation: $2,873,835

Actual Outlays: $2,841,431

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NOT OBTAINED - WAIVED

Parent Contract

Parent Award PIID: 15BRRC21D00000292

IDV Type: IDC

Timeline

Start Date: 2025-01-01

Current End Date: 2025-09-30

Potential End Date: 2025-09-30 00:00:00

Last Modified: 2026-01-23

More Contracts from Behavioral Systems Southwest Inc

View all Behavioral Systems Southwest Inc federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending