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

Positive Signals

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

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 $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 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: $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

View all B.I. Incorporated federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending