DHS awards $162M for Alternatives to Detention Services, highlighting facilities support needs
Contract Overview
Contract Amount: $162,229,226 ($162.2M)
Contractor: B.I. Incorporated
Awarding Agency: Department of Homeland Security
Start Date: 2018-08-13
End Date: 2019-08-31
Contract Duration: 383 days
Daily Burn Rate: $423.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ISAP III ALTERNATIVES TO DETENTION TASK ORDER
Place of Performance
Location: BOULDER, BOULDER County, COLORADO, 80301
State: Colorado Government Spending
Plain-Language Summary
Department of Homeland Security obligated $162.2 million to B.I. INCORPORATED for work described as: ISAP III ALTERNATIVES TO DETENTION TASK ORDER Key points: 1. Significant contract value for detention support services. 2. Competition method was full and open, suggesting market availability. 3. Risk of service quality and cost overruns in detention operations. 4. Sector focus on facilities support services for government agencies.
Value Assessment
Rating: fair
The contract value of $162.2M for a 13-month period appears substantial. Benchmarking against similar detention support contracts is needed to assess pricing efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a competitive bidding process. This method generally promotes price discovery and potentially better value.
Taxpayer Impact: Taxpayer funds are utilized for detention support services, with the efficiency of the award impacting overall value for money.
Public Impact
Impacts individuals in immigration proceedings requiring detention alternatives. Supports federal agency operations in managing detention populations. Contributes to the facilities support services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns in service delivery.
- Service quality may vary impacting detainee welfare.
- Long-term contract sustainability concerns.
Positive Signals
- Full and open competition utilized.
- Clear service requirement for detention alternatives.
Sector Analysis
This contract falls within the Facilities Support Services sector, often involving significant operational costs. Benchmarks for similar government contracts in this area are crucial for evaluation.
Small Business Impact
The contract does not indicate specific set-asides for small businesses, suggesting larger firms may have been the primary bidders.
Oversight & Accountability
Oversight by U.S. Immigration and Customs Enforcement is critical to ensure service delivery meets contractual obligations and ethical standards.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Service quality variability.
- Potential for cost overruns.
- Contractor performance monitoring.
- Ethical considerations in detention alternatives.
Tags
facilities-support-services, department-of-homeland-security, co, delivery-order, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $162.2 million to B.I. INCORPORATED. ISAP III ALTERNATIVES TO DETENTION TASK ORDER
Who is the contractor on this award?
The obligated recipient is B.I. INCORPORATED.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $162.2 million.
What is the period of performance?
Start: 2018-08-13. End: 2019-08-31.
What is the cost-effectiveness of these detention alternatives compared to traditional detention?
Assessing the cost-effectiveness requires a detailed analysis of per-person costs for alternatives versus traditional detention, factoring in program duration, recidivism rates, and social reintegration outcomes. Without specific data on these metrics, a definitive cost-effectiveness judgment cannot be made, though the contract value suggests a significant investment in these services.
What are the primary risks associated with the service providers in this contract?
Key risks include potential failures in service delivery quality, leading to humanitarian concerns or non-compliance with program goals. Financial instability of the contractor, inadequate staffing, or security breaches are also significant risks. Robust monitoring and performance metrics are essential to mitigate these potential issues.
How effective are these alternatives in achieving their stated goals of reducing recidivism and improving case outcomes?
Effectiveness hinges on program design, implementation fidelity, and the specific population served. Data on recidivism rates, court appearance compliance, and successful reintegration are needed to evaluate effectiveness. The contract itself does not provide this outcome data, necessitating a separate performance review.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL 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
Parent Company: THE GEO Group, Inc. (UEI: 612706465)
Address: 6400 LOOKOUT RD, BOULDER, CO, 80301
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $162,229,226
Exercised Options: $162,229,226
Current Obligation: $162,229,226
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSCEDM14D00004
IDV Type: IDC
Timeline
Start Date: 2018-08-13
Current End Date: 2019-08-31
Potential End Date: 2019-08-31 00:00:00
Last Modified: 2019-10-28
More Contracts from B.I. Incorporated
- Intensive Supervision Appearance Program (isap IV) — $440.3M (Department of Homeland Security)
- Intensive Supervision Appearance Program (isap IV) — $300.4M (Department of Homeland Security)
- Intensive Supervision Appearance Program (isap IV) — $286.1M (Department of Homeland Security)
- Intensive Supervision Appearance Program (isap IV) — $270.6M (Department of Homeland Security)
- Intensive Supervision Appearance Program (isap IV) — $151.2M (Department of Homeland Security)
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)