DHS awards $46.2M for transportation services to Trailboss Enterprises, Inc. under full and open competition

Contract Overview

Contract Amount: $46,197,731 ($46.2M)

Contractor: Trailboss Enterprises, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2023-05-01

End Date: 2024-06-28

Contract Duration: 424 days

Daily Burn Rate: $109.0K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TRANSPORTATION FOR NON-US CITIZENS

Place of Performance

Location: MCALLEN, HIDALGO County, TEXAS, 78501

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $46.2 million to TRAILBOSS ENTERPRISES, INC. for work described as: TRANSPORTATION FOR NON-US CITIZENS Key points: 1. Contract awarded via BPA Call, indicating a pre-competed framework. 2. Firm Fixed Price contract type suggests predictable costs for the government. 3. Performance period of 424 days. 4. Texas-based awardee. 5. No small business set-aside utilized. 6. Facilities Support Services NAICS code indicates a broad range of potential services.

Value Assessment

Rating: good

The total award amount of $46.2 million for transportation services appears reasonable given the contract duration and the nature of facilities support services. Benchmarking against similar contracts for transportation and support services would provide a more precise value assessment. The firm fixed price structure helps manage cost certainty for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting that multiple vendors had the opportunity to bid. The specific mechanism used was a BPA Call, which implies that a broader contract vehicle was already in place and competed, with this award being a call against that vehicle. The level of competition for the underlying BPA is not detailed here but the call itself suggests a competitive process.

Taxpayer Impact: Full and open competition generally leads to better price discovery and potentially lower costs for taxpayers by encouraging multiple vendors to offer competitive bids.

Public Impact

Provides essential transportation services for non-U.S. citizens, likely supporting border management and immigration processes. Services are geographically focused in Texas. Supports the operational needs of U.S. Customs and Border Protection. Indirectly impacts the workforce involved in border security and immigration services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Facilities Support Services sector encompasses a wide range of services necessary for the operation and maintenance of government facilities. This contract, specifically for transportation of non-U.S. citizens, falls within this broad category, supporting the logistical needs of agencies like U.S. Customs and Border Protection. Spending in this sector is substantial across government, with contracts often awarded through various mechanisms including GSA schedules and IDIQs.

Small Business Impact

The data indicates that this contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned. This suggests that the primary competition was open to all eligible large businesses, and the potential for small business participation may be limited unless they are subcontractors to the prime awardee.

Oversight & Accountability

Oversight would typically be managed by the U.S. Customs and Border Protection contracting officer and program managers. Transparency is facilitated through contract award databases like FPDS. Accountability measures would be defined within the contract's performance work statement and subject to standard government oversight procedures, potentially including Inspector General reviews if performance issues arise.

Related Government Programs

Risk Flags

Tags

transportation, facilities-support-services, department-of-homeland-security, u-s-customs-and-border-protection, texas, firm-fixed-price, full-and-open-competition, bpa-call, non-us-citizens, large-business

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $46.2 million to TRAILBOSS ENTERPRISES, INC.. TRANSPORTATION FOR NON-US CITIZENS

Who is the contractor on this award?

The obligated recipient is TRAILBOSS ENTERPRISES, INC..

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 $46.2 million.

What is the period of performance?

Start: 2023-05-01. End: 2024-06-28.

What is the historical spending pattern for transportation services by U.S. Customs and Border Protection?

Analyzing historical spending patterns for transportation services by U.S. Customs and Border Protection (CBP) is crucial for understanding the scale and consistency of this requirement. While specific historical data for this exact contract is not provided, CBP, as a primary agency responsible for border security and facilitating lawful trade and travel, consistently requires significant transportation support. This includes moving personnel, equipment, and, as indicated by this contract, non-U.S. citizens. Past contract awards, budget allocations, and spending reports from CBP and the Department of Homeland Security (DHS) would reveal trends in demand, average contract values, and the types of transportation services procured. Examining this history can help benchmark the current $46.2 million award against previous expenditures and identify any significant increases or decreases in spending that might warrant further investigation into program changes or market dynamics.

How does the pricing of this contract compare to similar government transportation contracts?

Benchmarking the pricing of this $46.2 million contract against similar government transportation contracts is essential for assessing value for money. Without detailed line-item pricing or specific service delivery metrics, a direct comparison is challenging. However, factors such as the firm fixed price (FFP) structure suggest cost predictability. To perform a robust comparison, one would need to identify contracts with similar scopes of work (transportation of individuals, logistical support), geographic locations (Texas border region), and contract durations (424 days). Analyzing the per-unit costs (e.g., cost per passenger mile, cost per vehicle hour) from comparable contracts would reveal if Trailboss Enterprises, Inc.'s pricing is competitive. Government databases and industry reports can provide data on average rates for similar services, helping to determine if this award represents a fair and reasonable price for the services rendered.

What are the key performance indicators (KPIs) for this contract, and how is performance being measured?

The provided data does not explicitly detail the Key Performance Indicators (KPIs) or the specific methods for measuring the performance of Trailboss Enterprises, Inc. under this contract. Typically, for transportation and facilities support services, KPIs might include on-time performance, vehicle availability, safety compliance, passenger satisfaction, and adherence to specific routing or scheduling requirements. The contract's Performance Work Statement (PWS) would outline these metrics and the associated acceptable performance levels. U.S. Customs and Border Protection (CBP) would be responsible for monitoring these KPIs through regular reporting, site visits, and potentially performance evaluations. The effectiveness of oversight and the clarity of these KPIs are critical for ensuring the government receives the intended value and service quality.

What is the track record of Trailboss Enterprises, Inc. in performing similar federal contracts?

Assessing the track record of Trailboss Enterprises, Inc. is vital for understanding their capability to successfully execute this $46.2 million contract. Information on past performance, including previous federal contracts awarded to the company, their values, durations, and client agencies, would be necessary. Publicly available contract databases (like FPDS) can provide insights into their contract history. Key aspects to review include whether they have successfully completed similar transportation or logistical support contracts, their performance ratings on past awards, and any history of contract disputes, terminations, or performance issues. A strong track record with positive past performance reviews would indicate a lower risk for this current award, while a history of challenges might raise concerns about potential performance issues.

What are the potential risks associated with this contract, and what mitigation strategies are in place?

Potential risks associated with this contract include service disruptions due to contractor performance issues, unforeseen cost increases (though mitigated by FFP), and challenges in managing a large-scale transportation service. Specific risks related to transporting non-U.S. citizens might involve security, logistical complexities, and adherence to evolving regulations. Mitigation strategies are typically embedded within the contract itself, including performance standards, reporting requirements, and remedies for non-performance. The government's oversight mechanisms, including regular performance reviews and communication channels with the contractor, are crucial for identifying and addressing risks proactively. The firm fixed price nature of the contract also shifts some cost-related risks to the contractor.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: TRANSPORT, TRAVEL, RELOCATIONOTHER TRANSPORT, TRAVEL, RELOCAT SV

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 201 E 3RD AVE, ANCHORAGE, AK, 99501

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $46,197,731

Exercised Options: $46,197,731

Current Obligation: $46,197,731

Actual Outlays: $46,197,731

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 70B03C22A00000019

IDV Type: BPA

Timeline

Start Date: 2023-05-01

Current End Date: 2024-06-28

Potential End Date: 2024-06-28 09:58:59

Last Modified: 2024-06-28

More Contracts from Trailboss Enterprises, Inc.

View all Trailboss Enterprises, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending