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

Positive Signals

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

Risk Flags

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 ServicesFacilities Support ServicesFacilities 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

View all B.I. Incorporated federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending