DHS's ISAP IV contract awarded to B.I. INCORPORATED for $151M, focusing on facilities support services

Contract Overview

Contract Amount: $151,182,337 ($151.2M)

Contractor: B.I. Incorporated

Awarding Agency: Department of Homeland Security

Start Date: 2020-03-23

End Date: 2021-07-31

Contract Duration: 495 days

Daily Burn Rate: $305.4K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP IV)

Place of Performance

Location: BOULDER, BOULDER County, COLORADO, 80301

State: Colorado Government Spending

Plain-Language Summary

Department of Homeland Security obligated $151.2 million to B.I. INCORPORATED for work described as: INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP IV) Key points: 1. The contract value of $151M for facilities support services represents a significant investment in immigration enforcement infrastructure. 2. Competition dynamics for this contract are crucial for ensuring cost-effectiveness and service quality. 3. Performance context is key, as the effectiveness of the Intensive Supervision Appearance Program (ISAP) directly impacts operational efficiency. 4. Sector positioning within government facilities support services highlights the demand for specialized operational capabilities. 5. Risk indicators may include contractor performance history, potential cost overruns, and the ability to meet program objectives. 6. The firm-fixed-price structure aims to control costs, but requires careful monitoring of scope and deliverables.

Value Assessment

Rating: fair

Benchmarking the value of this $151M contract is challenging without specific performance metrics and comparable service costs. However, the scale suggests a substantial need for facilities support within ICE's operations. The firm-fixed-price nature indicates an attempt to cap costs, but the duration and scope require diligent oversight to ensure value for money. Without detailed breakdowns of service components and their associated costs, a precise value-for-money assessment is difficult.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple bidders were likely considered. This competitive process is generally expected to yield better pricing and service offerings. The number of bidders and the specific evaluation criteria would provide further insight into the strength of the competition and its impact on price discovery.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it fosters a competitive environment, driving down costs and encouraging innovation, ultimately leading to more efficient use of public funds.

Public Impact

The primary beneficiaries are U.S. Immigration and Customs Enforcement (ICE) and the Department of Homeland Security (DHS), receiving essential facilities support services. The services delivered are critical for the operational continuity and management of detention and supervision programs. The geographic impact is likely concentrated in areas where ICE facilities are located, supporting their nationwide operations. Workforce implications may include the need for specialized personnel to manage and maintain these facilities, potentially creating jobs in the facilities management sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Facilities Support Services sector, a broad category encompassing a wide range of services necessary for the operation and maintenance of government facilities. The market for these services is substantial, with significant government spending allocated annually. This specific contract supports a critical component of national security and immigration enforcement infrastructure, aligning with broader government objectives in these areas.

Small Business Impact

The data indicates that small business participation was not a primary focus for this contract, as the 'sb' field is false. There is no explicit mention of small business set-asides or subcontracting requirements. This suggests that the prime contractor, B.I. INCORPORATED, is likely a larger entity, and the contract's structure may not have prioritized opportunities for small businesses in its direct award.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the program office within U.S. Immigration and Customs Enforcement. Accountability measures would be embedded in the contract's performance standards and delivery schedules. Transparency is generally facilitated through contract award databases and reporting requirements, though specific operational details may remain sensitive.

Related Government Programs

Risk Flags

Tags

dhs, ice, facilities-support-services, full-and-open-competition, firm-fixed-price, large-contract, immigration-enforcement, isap, bi-incorporated, colorado

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $151.2 million to B.I. INCORPORATED. INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP IV)

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 $151.2 million.

What is the period of performance?

Start: 2020-03-23. End: 2021-07-31.

What is the historical spending trend for the Intensive Supervision Appearance Program (ISAP) and its predecessors?

Analyzing the historical spending for the Intensive Supervision Appearance Program (ISAP) and its prior iterations is crucial for understanding the long-term financial commitment to this initiative. While specific historical data for ISAP IV is not provided, examining previous ISAP contracts (e.g., ISAP III, ISAP II) and their awarded values can reveal trends in program costs and potential escalations. This analysis would involve reviewing contract databases for awarded amounts, contract durations, and any modifications or task orders issued over time. Understanding these patterns helps in assessing whether current spending aligns with historical trajectories or represents a significant deviation, which could indicate changes in program scope, service requirements, or market conditions. For instance, a steady increase in spending might suggest growing demand for supervision services, while a sudden spike could point to an expansion of the program's reach or a change in pricing structures. Comparing ISAP spending to overall DHS or ICE budgets provides further context on its relative importance and resource allocation.

How does the per-unit cost of services under ISAP IV compare to similar government contracts for detention and supervision services?

To assess the value for money of the ISAP IV contract, a comparison of its per-unit costs against similar government contracts is essential. This would involve identifying key service metrics, such as cost per detainee per day, cost per electronic monitoring device, or cost per supervision hour, and benchmarking these against contracts awarded by agencies like ICE, CBP, or even other federal entities managing correctional or supervision services. For example, if ISAP IV's cost per supervised individual is significantly higher than the average for comparable programs, it could indicate potential inefficiencies or premium pricing. Conversely, if it aligns with or is lower than benchmarks, it suggests competitive pricing. This analysis requires access to detailed cost breakdowns within the ISAP IV contract and comparable contract data, which may not always be publicly available. Factors such as geographic location, service intensity, and contract duration can influence per-unit costs, so comparisons must account for these variables to ensure fairness and accuracy in the assessment.

What are the key performance indicators (KPIs) for the ISAP IV contract, and how has B.I. INCORPORATED performed against them?

The key performance indicators (KPIs) for the ISAP IV contract are critical for evaluating the effectiveness and efficiency of the services provided by B.I. INCORPORATED. These KPIs would typically be defined within the contract's Performance Work Statement (PWS) and could include metrics related to the timely appearance of individuals at scheduled appointments, the accuracy and completeness of supervision reports, the responsiveness of the contractor to incidents, and adherence to program protocols. Assessing B.I. INCORPORATED's performance against these KPIs requires access to government performance evaluations, contractor self-reporting data, and any quality assurance reviews conducted. A review of past performance information, if available, would shed light on the contractor's track record in fulfilling similar obligations. Consistent achievement of high performance ratings would indicate a reliable contractor, while a pattern of deficiencies could signal risks to program objectives and potentially warrant corrective actions or a re-evaluation of future contract awards.

What is the risk profile associated with B.I. INCORPORATED as a contractor for DHS, considering its past performance and financial stability?

Evaluating the risk profile of B.I. INCORPORATED involves a comprehensive review of its past performance on federal contracts, its financial stability, and any history of disputes or litigation. DHS, like other federal agencies, maintains contractor performance assessment reporting system (CPARS) records, which provide insights into how contractors have met their contractual obligations on previous projects. A review of these records for B.I. INCORPORATED would highlight any recurring issues related to quality, timeliness, cost control, or management. Additionally, assessing the company's financial health is crucial to ensure it has the resources to sustain operations throughout the contract's duration. Financial distress could lead to service disruptions or a decline in performance quality. Any history of significant contract disputes, claims, or debarment actions would also elevate the risk profile. A high-risk profile might necessitate increased government oversight, more frequent performance reviews, or contingency planning to mitigate potential disruptions to critical services like ISAP.

How has the total federal spending on facilities support services evolved over the past five fiscal years, and where does ISAP IV fit within this trend?

Analyzing the evolution of total federal spending on facilities support services over the past five fiscal years provides essential context for the ISAP IV contract. This broader trend analysis would involve aggregating spending data across various agencies and contract vehicles categorized under facilities support. Such data can be obtained from federal procurement databases like FPDS-NG. Understanding this trend helps determine if the ISAP IV contract value represents a typical investment or a significant outlier. For instance, if overall federal spending in this category has been increasing, it might indicate a growing demand for such services driven by infrastructure needs or expanded government operations. Conversely, a declining trend could suggest budget constraints or a shift towards different service models. Placing the ISAP IV contract within this trend allows for an assessment of its relative scale and importance within the larger federal procurement landscape for facilities management, helping to identify potential areas of concentrated spending or emerging market shifts.

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.

Address: 6265 GUNBARREL AVE STE B, BOULDER, CO, 80301

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $151,182,337

Exercised Options: $151,182,337

Current Obligation: $151,182,337

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR20D00000011

IDV Type: IDC

Timeline

Start Date: 2020-03-23

Current End Date: 2021-07-31

Potential End Date: 2021-07-31 00:00:00

Last Modified: 2023-01-27

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