DHS awards $52.2M contract for detention and transportation services to CoreCivic, Inc

Contract Overview

Contract Amount: $52,195,399 ($52.2M)

Contractor: Corecivic, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2020-08-14

End Date: 2021-08-17

Contract Duration: 368 days

Daily Burn Rate: $141.8K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: HOUSTON CDF BASE YEAR TO FOR DETENTION AND TRANSPORTATION SERVICES

Place of Performance

Location: HOUSTON, HARRIS County, TEXAS, 77032

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $52.2 million to CORECIVIC, INC. for work described as: HOUSTON CDF BASE YEAR TO FOR DETENTION AND TRANSPORTATION SERVICES Key points: 1. CoreCivic, Inc. 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 fall under Security Guards and Patrol Services, a critical area for DHS operations.

Value Assessment

Rating: fair

The award amount of $52.2 million for a 1-year contract appears substantial for security and transportation services. Benchmarking against similar contracts for detention and transportation is necessary to fully assess value.

Cost Per Unit: N/A

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 positive for taxpayers, as it likely resulted in a more favorable price than a sole-source or limited competition scenario.

Public Impact

Impacts individuals requiring detention and transportation services. Ensures operational capacity for U.S. Immigration and Customs Enforcement. Supports border security and immigration enforcement efforts. Potential for public scrutiny regarding detention conditions and service quality.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls under the Security Guards and Patrol Services (NAICS 561612) sector. Spending in this sector is often driven by government needs for physical security, transportation, and facility management, particularly in areas related to law enforcement and border control.

Small Business Impact

The contract was awarded to CoreCivic, Inc., a large corporation. There is no indication of small business participation in this specific award, which is common for large-scale service contracts.

Oversight & Accountability

Oversight will be crucial to ensure CoreCivic, Inc. meets the performance standards outlined in the contract and that taxpayer funds are used efficiently and effectively. Regular performance reviews and audits are recommended.

Related Government Programs

Risk Flags

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 $52.2 million to CORECIVIC, INC.. HOUSTON CDF BASE YEAR TO FOR DETENTION AND TRANSPORTATION SERVICES

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 $52.2 million.

What is the period of performance?

Start: 2020-08-14. End: 2021-08-17.

What is the benchmark cost for similar detention and transportation services per detainee or per day to assess the value of this $52.2 million award?

Determining the benchmark cost requires detailed analysis of per-unit metrics such as cost per detainee per day, cost per mile for transportation, and staffing ratios. Without specific performance data and comparable contract information, it's difficult to definitively assess the value. However, the firm fixed price structure provides a degree of cost certainty for the government, assuming the scope of work is well-defined and managed.

What are the key performance indicators (KPIs) for this contract, and how will CoreCivic's performance be measured to mitigate risks associated with detention and transportation services?

Key performance indicators likely include timeliness of transportation, safety and security of detainees during transport, facility standards adherence, and responsiveness to ICE directives. Performance will be measured through regular reporting, site inspections, and potentially through a quality assurance surveillance plan (QASP). Effective monitoring is critical to ensure compliance and mitigate risks related to detainee welfare and operational security.

How does the use of a large private contractor like CoreCivic for detention and transportation services align with the government's long-term strategy for immigration enforcement and detention capacit

The reliance on private contractors like CoreCivic for detention and transportation services reflects a strategy to leverage external capacity and expertise, potentially offering flexibility and cost-effectiveness compared to expanding government-run facilities. However, it also raises questions about accountability, transparency, and the potential impact on the quality of care and adherence to human rights standards. The government must balance these factors against its enforcement objectives.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Guards and Patrol Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING 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: $52,195,399

Exercised Options: $52,195,399

Current Obligation: $52,195,399

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR20D00000014

IDV Type: IDC

Timeline

Start Date: 2020-08-14

Current End Date: 2021-08-17

Potential End Date: 2022-08-18 00:00:00

Last Modified: 2024-09-27

More Contracts from Corecivic, Inc.

View all Corecivic, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending