DHS awards $6.36M contract for laundry facility labor, with a 1281-day duration
Contract Overview
Contract Amount: $6,363,500 ($6.4M)
Contractor: Deployed Resources LLC
Awarding Agency: Department of Homeland Security
Start Date: 2022-09-27
End Date: 2026-03-31
Contract Duration: 1,281 days
Daily Burn Rate: $5.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: LABOR FOR LAUNDRY FACILITY AT CPC URSULA
Place of Performance
Location: MCALLEN, HIDALGO County, TEXAS, 78503
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $6.4 million to DEPLOYED RESOURCES LLC for work described as: LABOR FOR LAUNDRY FACILITY AT CPC URSULA Key points: 1. Contract value appears reasonable given the extended performance period. 2. Full and open competition suggests a competitive bidding process. 3. Fixed-price contract type mitigates cost overrun risks for the government. 4. Performance is located in Texas, impacting local workforce. 5. This contract supports essential facility operations for U.S. Customs and Border Protection.
Value Assessment
Rating: good
The contract value of $6.36 million over approximately 3.5 years (1281 days) for laundry facility labor suggests a daily rate of roughly $4,968. This rate needs to be benchmarked against similar contracts for facility support services, particularly those involving specialized labor for detention centers or similar high-security environments. Without specific per-unit cost data for laundry services (e.g., cost per pound of laundry processed), a precise value-for-money assessment is challenging. However, the firm-fixed-price structure provides cost certainty.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. This typically leads to a more robust selection of qualified contractors and potentially more competitive pricing. The specific number of bidders is not provided, but the method suggests a deliberate effort to maximize competition.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down prices through a wider pool of potential offerors, ensuring the government receives the best value.
Public Impact
The primary beneficiaries are U.S. Customs and Border Protection personnel and detainees at the CPC Ursula facility, who will receive essential laundry services. The contract ensures the operational readiness and hygiene standards of the facility. Geographic impact is concentrated in Texas, potentially creating or sustaining local jobs. The contract supports the logistics and operational efficiency of a critical federal agency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or KPIs makes it difficult to assess the quality of labor provided.
- The extended duration of the contract could lead to potential complacency if not actively managed.
- Dependence on a single contractor for essential services carries inherent operational risks.
Positive Signals
- Firm-fixed-price contract type provides budget certainty and limits the government's exposure to cost increases.
- Full and open competition suggests a strong initial vetting of potential contractors.
- The contract is for essential support services, contributing to the core mission of DHS.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically logistics and support services. The market for facility support and labor services for government installations is substantial, encompassing a wide range of providers from large corporations to specialized small businesses. Benchmarking this contract's value requires comparison with similar service contracts awarded by federal agencies for detention centers, correctional facilities, or other large operational sites requiring extensive support services.
Small Business Impact
The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). While the prime contractor, DEPLOYED RESOURCES LLC, may be a small business itself, the contract was not specifically designated for small business set-aside. There is no information provided regarding subcontracting plans or opportunities for small businesses within this award.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the U.S. Customs and Border Protection contracting officer and program managers. The firm-fixed-price nature of the contract simplifies some aspects of oversight by focusing on deliverables rather than cost justification. Transparency is generally maintained through contract award databases, though detailed performance monitoring reports are often internal. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Federal Detention Center Operations Support
- Logistics and Supply Chain Management Services
- Facility Maintenance and Operations Contracts
- Homeland Security Support Services
Risk Flags
- Potential for performance issues if KPIs are not clearly defined or enforced.
- Risk associated with long-term reliance on a single vendor for essential services.
Tags
facility-support, labor-services, homeland-security, customs-and-border-protection, department-of-homeland-security, firm-fixed-price, full-and-open-competition, texas, logistics-consulting, bpa-call
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $6.4 million to DEPLOYED RESOURCES LLC. LABOR FOR LAUNDRY FACILITY AT CPC URSULA
Who is the contractor on this award?
The obligated recipient is DEPLOYED RESOURCES LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $6.4 million.
What is the period of performance?
Start: 2022-09-27. End: 2026-03-31.
What is the specific nature of the 'labor' being provided for the laundry facility, and what are the expected qualifications or skill sets?
The contract description 'LABOR FOR LAUNDRY FACILITY AT CPC URSULA' suggests the provision of personnel to operate and manage the laundry services at the U.S. Customs and Border Protection (CBP) facility. This labor likely includes tasks such as operating industrial washing machines and dryers, sorting, folding, and delivering clean laundry, as well as potentially performing basic maintenance on laundry equipment. Qualifications would typically involve the ability to follow instructions, maintain hygiene standards, and operate machinery safely. The specific skill sets required would depend on the complexity of the laundry operations and the type of equipment used. Without further details in the contract, it's assumed to be general labor focused on the operational aspects of laundry processing.
How does the total contract value of $6.36 million compare to similar contracts for laundry services at federal detention or processing facilities?
Comparing the $6.36 million contract value requires understanding the scope and duration. This contract spans 1281 days (approximately 3.5 years), with a total value of $6,363,500. This equates to an average annual value of roughly $1.8 million, or a daily rate of approximately $4,968. To assess value, this rate needs to be benchmarked against contracts for similar services at comparable facilities (e.g., other CBP facilities, Bureau of Prisons institutions, or Immigration and Customs Enforcement detention centers). Factors influencing cost include the volume of laundry processed, the types of items (e.g., uniforms, bedding, detainee clothing), the level of service required (e.g., turnaround time, specialized cleaning), and labor costs in the specific geographic region (Texas). A higher volume or more complex service requirement would justify a higher overall cost.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract to ensure quality and efficiency?
The provided data does not explicitly detail the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. However, for a contract of this nature, typical KPIs would likely focus on aspects such as laundry turnaround time (e.g., percentage of laundry returned within 24/48 hours), quality of cleaning (e.g., absence of stains, damage, or odors), equipment uptime and maintenance, and adherence to hygiene and safety standards. SLAs would define the expected level of service and the remedies or penalties for non-performance. The firm-fixed-price nature suggests that the contractor is responsible for meeting these standards within the agreed price, with potential consequences for failure to do so.
What is the historical spending pattern for laundry facility labor at CPC Ursula or similar CBP facilities?
Historical spending data for laundry facility labor at CPC Ursula or similar CBP facilities is not provided in the current data extract. To establish a historical spending pattern, one would need to access previous contract awards for these services at this specific location or comparable CBP facilities. Analyzing past contract values, durations, and any contract modifications or renewals would reveal trends in spending. This analysis would help determine if the current $6.36 million award represents an increase, decrease, or stable level of investment in these services over time, and whether it aligns with inflation or changes in operational requirements.
What is the track record of DEPLOYED RESOURCES LLC in performing similar government contracts, particularly for facility support or labor services?
The provided data identifies DEPLOYED RESOURCES LLC as the contractor but does not offer details on their track record. To assess their performance history, one would need to consult federal procurement databases (like SAM.gov or FPDS) to review their past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of contract disputes or terminations. A review of their past performance on similar contracts, especially those involving facility operations, logistics, or labor provision for government agencies, would be crucial in evaluating their capability to successfully execute this laundry facility labor contract.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Process, Physical Distribution, and Logistics Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70B03C22Q00000090
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 164 MCPIKE RD, ROME, NY, 13441
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $6,363,500
Exercised Options: $6,363,500
Current Obligation: $6,363,500
Actual Outlays: $5,562,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70RDAD21A00000012
IDV Type: BPA
Timeline
Start Date: 2022-09-27
Current End Date: 2026-03-31
Potential End Date: 2026-03-31 00:00:00
Last Modified: 2026-01-13
More Contracts from Deployed Resources LLC
- Erect/Furnish CPC Facility AT EL Paso, TX and SAN Diego, CA. Option for EL Centro, CA — $1.3B (Department of Homeland Security)
- Operations of the Soft-Sided Facilities in Donna, Texas — $365.3M (Department of Homeland Security)
- Soft Side Facility North Eagle Pass — $337.0M (Department of Homeland Security)
- Task Order for Yuma SSF — $332.7M (Department of Homeland Security)
- Emergency Intake Site and Wrap Around Care Services - Donna — $273.7M (Department of Health and Human Services)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)