US Marshals Service contract for detention services awarded to CoreCivic, Inc. for $33.6M over one year

Contract Overview

Contract Amount: $33,559,690 ($33.6M)

Contractor: Corecivic, Inc.

Awarding Agency: Department of Justice

Start Date: 2021-12-20

End Date: 2022-12-19

Contract Duration: 364 days

Daily Burn Rate: $92.2K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: DETENTION AND TRANSPORTATION SERVICES AT OTAY MESA DETENTION CENTER FOR UNITED STATES MARSHALS SERVICE FOR THE PERIOD OF PERFORMANCE 12/20/2019 - 12/19/2024 AGAINST IMMIGRATIONS AND CUSTOMS ENFORCEMENT (ICE) IDIQ CONTRACT NUMBER 70CDCR20D00000007

Place of Performance

Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92154

State: California Government Spending

Plain-Language Summary

Department of Justice obligated $33.6 million to CORECIVIC, INC. for work described as: DETENTION AND TRANSPORTATION SERVICES AT OTAY MESA DETENTION CENTER FOR UNITED STATES MARSHALS SERVICE FOR THE PERIOD OF PERFORMANCE 12/20/2019 - 12/19/2024 AGAINST IMMIGRATIONS AND CUSTOMS ENFORCEMENT (ICE) IDIQ CONTRACT NUMBER 70CDCR20D00000007 Key points: 1. The contract value represents a significant investment in detention and transportation services. 2. CoreCivic, Inc. is a major provider in the private detention sector. 3. The contract was awarded under a full and open competition, suggesting a competitive bidding process. 4. The firm-fixed-price structure aims to control costs for the government. 5. Performance is geographically focused in Otay Mesa, California. 6. The contract duration is one year, allowing for regular reassessment of needs and performance.

Value Assessment

Rating: fair

The awarded amount of $33.6 million for a one-year contract for detention and transportation services appears substantial. Benchmarking against similar contracts for detention facilities requires detailed analysis of bed days, services provided, and geographic location. Without specific per-unit cost data (e.g., cost per detainee per day), a precise value-for-money assessment is challenging. However, the scale of the contract suggests significant operational requirements and associated costs.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple bidders were likely considered. This approach is generally expected to foster price discovery and potentially lead to more competitive pricing for the government. The number of bidders and the specific terms of the competition would provide further insight into the level of competition achieved.

Taxpayer Impact: A full and open competition suggests that taxpayers benefit from a process designed to secure the best possible price and service through multiple offers.

Public Impact

Detainees requiring secure housing and transportation services are the primary beneficiaries. The contract ensures the provision of essential detention and transportation services for the U.S. Marshals Service. The geographic impact is concentrated in Otay Mesa, California, where the detention center is located. The contract supports jobs related to the operation and management of detention facilities and transportation services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The private detention services sector is a significant part of the correctional and immigration enforcement landscape. Companies like CoreCivic operate facilities under contract with various government agencies. Spending in this sector is influenced by federal policy, enforcement priorities, and judicial processes. Benchmarking this contract's value requires comparison with other government contracts for similar services, considering factors like facility size, services offered, and location.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a large contract awarded to a major provider, it is unlikely that small businesses would be primary subcontractors unless through specific agreements with the prime contractor. The focus is on large-scale service provision rather than fostering small business participation.

Oversight & Accountability

Oversight for this contract would typically fall under the U.S. Marshals Service, with potential involvement from the Department of Justice's Office of the Inspector General. Accountability measures are usually defined within the contract's statement of work, including performance standards, reporting requirements, and remedies for non-compliance. Transparency is often limited due to the sensitive nature of detention operations.

Related Government Programs

Risk Flags

Tags

sector-other, agency-us-marshals-service, geography-california, contract-type-delivery-order, size-category-large, competition-level-full-and-open, pricing-firm-fixed-price, service-detention-transportation

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $33.6 million to CORECIVIC, INC.. DETENTION AND TRANSPORTATION SERVICES AT OTAY MESA DETENTION CENTER FOR UNITED STATES MARSHALS SERVICE FOR THE PERIOD OF PERFORMANCE 12/20/2019 - 12/19/2024 AGAINST IMMIGRATIONS AND CUSTOMS ENFORCEMENT (ICE) IDIQ CONTRACT NUMBER 70CDCR20D00000007

Who is the contractor on this award?

The obligated recipient is CORECIVIC, INC..

Which agency awarded this contract?

Awarding agency: Department of Justice (U.S. Marshals Service).

What is the total obligated amount?

The obligated amount is $33.6 million.

What is the period of performance?

Start: 2021-12-20. End: 2022-12-19.

What is the historical spending pattern for detention and transportation services at the Otay Mesa Detention Center by the U.S. Marshals Service?

Analyzing historical spending requires access to prior contract awards and delivery orders for this specific facility and service. The provided data pertains to a single one-year period (12/20/2019 - 12/19/2024) with an award value of $33.6 million. To understand historical patterns, one would need to examine contract histories for previous years, including any prior contracts with CoreCivic or other providers at this location, and compare the annual spending. Fluctuations could be driven by changes in detainee populations, policy shifts, or contract renegotiations. Without this historical data, it's impossible to determine if the current award represents an increase, decrease, or stable level of spending.

How does the cost per detainee per day for this contract compare to industry benchmarks or other government contracts?

The provided data does not include a per-unit cost metric, such as cost per detainee per day. The total award is $33.6 million for a one-year period. To perform this comparison, we would need to know the average daily population housed under this contract and the specific services included in the daily rate. Industry benchmarks and other government contracts often report these figures, allowing for a direct comparison. Without this specific data point, assessing the cost-effectiveness relative to the market is not feasible. It is a critical piece of information for a thorough value-for-money analysis.

What are the specific performance standards and metrics outlined in the contract for CoreCivic, Inc.?

The contract details would specify performance standards and metrics. Typically, these would cover areas such as facility safety and security, detainee care (including medical and food services), transportation safety, staff training and conduct, and reporting requirements. Performance is often evaluated through site inspections, audits, and review of incident reports. Failure to meet these standards can result in penalties or contract termination. The firm-fixed-price nature of the contract implies that CoreCivic is responsible for delivering the specified services within the agreed-upon price, regardless of minor cost overruns on their part.

What is CoreCivic, Inc.'s track record with the U.S. Marshals Service and other federal agencies regarding detention services?

CoreCivic, Inc. is a major private operator of correctional and detention facilities and has a long-standing relationship with various federal agencies, including the U.S. Marshals Service and Immigration and Customs Enforcement (ICE). Their track record involves managing numerous facilities across the country. Reviews of their performance often highlight both operational capacity and concerns related to conditions, staffing levels, and incidents within facilities. Examining past performance evaluations, audit reports, and any litigation or disputes associated with their federal contracts would provide a comprehensive view of their track record.

What are the potential risks associated with relying on a private contractor for detention and transportation services?

Key risks include potential compromises in the quality of care and safety due to cost-cutting measures, challenges in ensuring consistent oversight and accountability, and the potential for negative public perception. There's also the risk of contractor performance issues, such as staffing shortages or facility maintenance problems, which could disrupt services. Furthermore, the government remains ultimately responsible for the detainees, even when services are outsourced. Ensuring robust contract management, clear performance standards, and effective oversight mechanisms are crucial to mitigating these risks.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Guards and Patrol Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING 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: 5501 VIRGINIA WAY, STE 110, BRENTWOOD, TN, 37027

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

Financial Breakdown

Contract Ceiling: $33,559,690

Exercised Options: $33,559,690

Current Obligation: $33,559,690

Actual Outlays: $12,975,973

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR20D00000007

IDV Type: IDC

Timeline

Start Date: 2021-12-20

Current End Date: 2022-12-19

Potential End Date: 2022-12-19 00:00:00

Last Modified: 2023-06-21

More Contracts from Corecivic, Inc.

View all Corecivic, Inc. federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending