DHS awards $63.8M contract for detention, food, and transportation services to The GEO Group, Inc
Contract Overview
Contract Amount: $63,811,971 ($63.8M)
Contractor: THE GEO Group, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2019-09-28
End Date: 2020-09-27
Contract Duration: 365 days
Daily Burn Rate: $174.8K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::CT::IGF DETENTION, FOOD AND TRANSPORTATION SERVICES
Place of Performance
Location: TACOMA, PIERCE County, WASHINGTON, 98421
Plain-Language Summary
Department of Homeland Security obligated $63.8 million to THE GEO GROUP, INC. for work described as: IGF::CT::IGF DETENTION, FOOD AND TRANSPORTATION SERVICES Key points: 1. The contract value of $63.8M for a 1-year duration indicates a significant expenditure for essential services. 2. Competition was full and open, suggesting a competitive bidding process was utilized. 3. The firm fixed price contract type aims to control costs, but potential risks exist in service delivery. 4. This spending falls within the Facilities Support Services sector, which is critical for government operations.
Value Assessment
Rating: good
The contract value of $63.8M for a 365-day duration appears reasonable for comprehensive detention, food, and transportation services. Benchmarking against similar large-scale service contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating multiple bidders were likely considered. This method generally promotes price discovery and potentially better value for the government.
Taxpayer Impact: The competitive nature of the award suggests taxpayers are likely receiving a fair price for the services rendered, though ongoing performance monitoring is crucial.
Public Impact
Impacts individuals in immigration detention facilities. Ensures essential services like food and transportation are provided to detainees. Supports the operational capacity of U.S. Immigration and Customs Enforcement (ICE).
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service quality issues in detention environments.
- Reliance on a single contractor for critical services.
Positive Signals
- Full and open competition utilized.
- Firm fixed price contract type.
Sector Analysis
This contract falls under Facilities Support Services, a broad category encompassing the management and operation of government facilities. Spending in this sector is often substantial due to the diverse needs of federal agencies.
Small Business Impact
The data indicates this contract was not awarded to a small business. Further analysis would be needed to determine if small business participation was sought or achieved through subcontracting.
Oversight & Accountability
Oversight would typically involve contract officers and CORs monitoring performance against contract requirements, ensuring service delivery standards are met and costs are managed effectively.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Potential for service quality issues.
- Reliance on contractor for essential services.
- Contract duration of one year may limit long-term stability.
- Lack of small business participation noted.
Tags
facilities-support-services, department-of-homeland-security, wa, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $63.8 million to THE GEO GROUP, INC.. IGF::CT::IGF DETENTION, FOOD AND TRANSPORTATION SERVICES
Who is the contractor on this award?
The obligated recipient is THE GEO GROUP, INC..
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 $63.8 million.
What is the period of performance?
Start: 2019-09-28. End: 2020-09-27.
What are the key performance indicators (KPIs) for this contract, and how are they monitored to ensure service quality and value?
Key performance indicators likely include detainee satisfaction, food safety and quality standards, transportation timeliness and safety, and facility maintenance. Monitoring typically involves regular reporting from the contractor, site visits by government personnel (CORs), and performance reviews. Failure to meet KPIs could result in contract remedies or penalties, ensuring accountability for service delivery.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
Primary risks include potential lapses in service quality (food, safety, transportation), contractor non-compliance with regulations, and cost overruns if not managed strictly. Mitigation strategies involve robust contract oversight, clear performance standards, regular audits, and contingency planning for service disruptions. The firm fixed price structure helps mitigate cost overrun risks.
How does the pricing of this contract compare to industry benchmarks for similar detention, food, and transportation services?
Without specific per-unit cost breakdowns (e.g., cost per detainee per day for food, cost per transport mile), a direct benchmark is difficult. However, the total contract value of $63.8M for 365 days suggests a significant operational scale. A detailed cost analysis comparing per-diem rates, food service costs, and transportation logistics against industry averages would be necessary for a definitive assessment.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING 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: 621 NW 53RD ST STE 700, BOCA RATON, FL, 33487
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $63,811,971
Exercised Options: $63,811,971
Current Obligation: $63,811,971
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSCEDM15D00015
IDV Type: IDC
Timeline
Start Date: 2019-09-28
Current End Date: 2020-09-27
Potential End Date: 2020-09-27 00:00:00
Last Modified: 2022-05-24
More Contracts from THE GEO Group, Inc.
- Detention Services - SAN Diego — $776.9M (Department of Justice)
- Detention Services — $547.5M (Department of Justice)
- Detention Services (SAN Diego, CA) - Funded by the Usms — $345.0M (Department of Justice)
- 151060 — $284.0M (Department of Justice)
- Task Order to Provide Detention Services in LOS Angeles Area of Responsibility — $122.5M (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)