DHS's ISAP III Contract for Alternatives to Detention Reaches $138.5M, Awarded via Full and Open Competition
Contract Overview
Contract Amount: $138,542,822 ($138.5M)
Contractor: B.I. Incorporated
Awarding Agency: Department of Homeland Security
Start Date: 2019-08-28
End Date: 2020-07-31
Contract Duration: 338 days
Daily Burn Rate: $409.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP III) FOR ALTERNATIVES TO DETENTION
Place of Performance
Location: BOULDER, BOULDER County, COLORADO, 80301
State: Colorado Government Spending
Plain-Language Summary
Department of Homeland Security obligated $138.5 million to B.I. INCORPORATED for work described as: INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP III) FOR ALTERNATIVES TO DETENTION Key points: 1. The contract, valued at $138.5 million, supports alternatives to detention programs. 2. Awarded through full and open competition, indicating a competitive bidding process. 3. The primary risk lies in the effectiveness and efficiency of the services provided. 4. The sector is Facilities Support Services, with a NAICS code of 561210.
Value Assessment
Rating: fair
The contract value of $138.5M for a 338-day duration appears high for facilities support services. Benchmarking against similar contracts for detention alternatives or support services is crucial to assess value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition, suggesting a robust process for price discovery. However, the final price and its relation to market rates require further analysis.
Taxpayer Impact: Taxpayer funds are being used for this contract. The efficiency and effectiveness of the services directly impact the overall value for taxpayers.
Public Impact
Impacts individuals in immigration proceedings requiring supervision. Supports the Department of Homeland Security's immigration enforcement and management strategies. Potential for cost savings if alternatives to detention prove more effective and less costly than traditional detention.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if service delivery is inefficient.
- Effectiveness of services in achieving program goals is not explicitly detailed.
- Limited duration of the contract (338 days) may lead to continuity issues.
Positive Signals
- Awarded through full and open competition, promoting market-based pricing.
- Focus on alternatives to detention aligns with potential cost-saving strategies.
- Clear contract type (Firm Fixed Price) provides cost certainty.
Sector Analysis
The Facilities Support Services sector encompasses a wide range of services. For immigration-related programs, benchmarks would typically relate to detention center operations, case management, or community-based supervision services.
Small Business Impact
The data does not indicate whether small businesses were involved in this contract, either as prime contractors or subcontractors. Further investigation is needed to assess small business participation.
Oversight & Accountability
Oversight would typically be managed by U.S. Immigration and Customs Enforcement (ICE) to ensure B.I. Incorporated meets the terms of the contract and provides effective services. Accountability relies on performance metrics and reporting.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- High contract value for a relatively short duration.
- Lack of specific performance metrics in the provided data.
- Potential for service delivery inefficiencies impacting taxpayer value.
- Unclear small business participation.
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 $138.5 million to B.I. INCORPORATED. INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP III) FOR ALTERNATIVES TO DETENTION
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 $138.5 million.
What is the period of performance?
Start: 2019-08-28. End: 2020-07-31.
What specific services are included under 'INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP III)' and how do they compare to the cost of traditional detention?
The ISAP III program likely involves case management, electronic monitoring, and community-based support services for individuals in immigration proceedings. Comparing its cost-effectiveness against traditional detention requires detailed service delivery data and outcome metrics. The $138.5M contract value for a 338-day period suggests significant operational costs, necessitating a thorough analysis of its efficiency and impact on reducing detention populations.
What are the key performance indicators (KPIs) for this contract, and how is B.I. Incorporated's performance being measured against them?
Key performance indicators for ISAP III would likely focus on participant compliance, program completion rates, recidivism, and cost per participant. U.S. Immigration and Customs Enforcement (ICE) would be responsible for monitoring these KPIs through regular reporting and site visits. The effectiveness of the program hinges on meeting these metrics, ensuring that alternatives to detention are both humane and contribute to immigration enforcement goals.
Given the firm fixed-price contract type, what mechanisms are in place to prevent scope creep or unexpected cost increases for the government?
A firm fixed-price contract generally shifts the risk of cost overruns to the contractor (B.I. Incorporated). However, scope creep can still occur if the government requests additional services not covered in the original agreement, which would necessitate a contract modification and potentially a price increase. Robust contract management and clear definition of services are crucial to prevent this.
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: $138,542,822
Exercised Options: $138,542,822
Current Obligation: $138,542,822
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: 2019-08-28
Current End Date: 2020-07-31
Potential End Date: 2020-07-31 00:00:00
Last Modified: 2021-08-10
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)
- Isap III Alternatives to Detention Task Order — $162.2M (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)