DHS ICE Awards $28M Contract for Detention and Transportation Services to CoreCivic in Texas
Contract Overview
Contract Amount: $27,996,467 ($28.0M)
Contractor: Corecivic, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2020-08-01
End Date: 2021-07-31
Contract Duration: 364 days
Daily Burn Rate: $76.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SNA AOR DETENTION AND TRANSPORTATION SERVICES T DON HUTTO FACILITY
Place of Performance
Location: TAYLOR, WILLIAMSON County, TEXAS, 76574
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $28.0 million to CORECIVIC, INC. for work described as: SNA AOR DETENTION AND TRANSPORTATION SERVICES T DON HUTTO FACILITY Key points: 1. CoreCivic, a major private prison operator, secured a significant contract for detention and transportation services. 2. The contract was awarded under full and open competition, suggesting a competitive bidding process. 3. The firm fixed-price contract type aims to control costs for the government. 4. The services are critical for U.S. Immigration and Customs Enforcement operations in Texas.
Value Assessment
Rating: good
The contract value of $27.99 million for a 12-month period appears reasonable for detention and transportation services, especially given the scale of operations for ICE. Benchmarking against similar contracts for detention services would provide a more precise assessment.
Cost Per Unit: $76,913 per year (estimated based on total award and duration)
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes competitive pricing and ensures the government receives the best value.
Taxpayer Impact: The competitive nature of the award is expected to yield fair pricing, ultimately benefiting taxpayers by avoiding inflated costs.
Public Impact
Impacts individuals in immigration detention, affecting their rights and access to legal processes. Highlights the role of private companies in government detention operations. Affects local economies in Texas where the services are provided. Raises questions about the cost-effectiveness and quality of private detention services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if not managed tightly.
- Concerns regarding the quality of care and conditions in private detention facilities.
- Reliance on a single contractor for critical services.
Positive Signals
- Awarded through full and open competition.
- Firm fixed-price contract type helps control costs.
- Services are essential for immigration enforcement operations.
Sector Analysis
This contract falls within the Security Guards and Patrol Services sector, specifically related to detention and transportation. Spending in this sector is often tied to government needs for border security and immigration enforcement, with significant private sector involvement.
Small Business Impact
The data indicates that the awardee, CoreCivic, Inc., is a large corporation, not a small business. There is no indication that small businesses were subcontracted for this specific award.
Oversight & Accountability
Oversight by U.S. Immigration and Customs Enforcement (ICE) is crucial to ensure contract compliance, service quality, and adherence to detention standards. Regular performance reviews and audits are necessary to maintain accountability.
Related Government Programs
- Security Guards and Patrol Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Potential for substandard conditions in detention facilities.
- Risk of service disruptions due to contractor issues.
- Ethical concerns surrounding private detention operations.
- Dependence on a single large contractor for essential services.
Tags
security-guards-and-patrol-services, department-of-homeland-security, tx, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $28.0 million to CORECIVIC, INC.. SNA AOR DETENTION AND TRANSPORTATION SERVICES T DON HUTTO FACILITY
Who is the contractor on this award?
The obligated recipient is CORECIVIC, 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 $28.0 million.
What is the period of performance?
Start: 2020-08-01. End: 2021-07-31.
What is the historical cost performance of CoreCivic for similar detention and transportation contracts with ICE?
Analyzing CoreCivic's past performance on similar contracts would reveal trends in cost management and potential areas for savings or overruns. This historical data is vital for assessing the current contract's value and identifying any recurring issues that might impact taxpayer funds or service delivery.
What are the specific performance metrics and quality standards required in this contract, and how is compliance monitored?
Understanding the performance metrics and quality standards is key to evaluating the effectiveness of the services provided. Robust monitoring mechanisms by ICE are essential to ensure CoreCivic meets its obligations regarding detainee safety, transportation security, and overall service delivery, thereby mitigating risks to individuals and the government.
How does the cost of these services compare to government-operated detention and transportation facilities?
A comparative cost analysis between private and government-operated facilities is necessary to determine the true value for taxpayers. While private contracts aim for efficiency, direct comparisons are needed to ascertain if outsourcing detention and transportation services yields cost savings or incurs additional expenses when all factors are considered.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Guards and Patrol Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 70CDCR20R0000001
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5501 VIRGINIA WAY, STE 110, BRENTWOOD, TN, 37027
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $27,996,467
Exercised Options: $27,996,467
Current Obligation: $27,996,467
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CDCR20D00000013
IDV Type: IDC
Timeline
Start Date: 2020-08-01
Current End Date: 2021-07-31
Potential End Date: 2021-07-31 00:00:00
Last Modified: 2023-11-01
More Contracts from Corecivic, Inc.
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Department of Justice)
- Detention Services - LAS Vergas, NV — $558.7M (Department of Justice)
- 151060 — $456.5M (Department of Justice)
- Detention Services — $444.7M (Department of Justice)
- 151060 — $395.4M (Department of Justice)
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)