DHS Awards $38.6M Contract for Detention and Transportation Services to CoreCivic, Inc
Contract Overview
Contract Amount: $38,609,599 ($38.6M)
Contractor: Corecivic, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2021-08-18
End Date: 2022-08-17
Contract Duration: 364 days
Daily Burn Rate: $106.1K/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 $38.6 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. This spending falls under the Security Guards and Patrol Services category.
Value Assessment
Rating: good
The award amount of $38.6 million for a 364-day contract appears reasonable given the scope of detention and transportation services. Benchmarking against similar contracts for these specialized services would provide a more definitive assessment.
Cost Per Unit: $106,070 (benchmark)
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 competitive process is expected to drive favorable pricing and ensure the government receives the best value.
Taxpayer Impact: The competitive nature of the award suggests that taxpayer funds are being used efficiently, with pricing determined by market forces rather than a sole provider.
Public Impact
Impacts individuals requiring detention and transportation services. Ensures operational capacity for U.S. Immigration and Customs Enforcement. Supports the broader mission of the Department of Homeland Security.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if service demands exceed initial projections.
- Reliance on a single contractor for critical services.
Positive Signals
- Clear contract type (firm fixed price) for cost control.
- Awarded through full and open competition.
Sector Analysis
This contract falls within the broader security and protective services sector. Spending in this area is often driven by government needs for detention, transportation, and related security functions, with benchmarks varying based on service complexity and duration.
Small Business Impact
The data does not indicate whether small businesses were involved as subcontractors or prime contractors. Further analysis would be needed to determine the extent of small business participation in this contract.
Oversight & Accountability
The Department of Homeland Security, specifically U.S. Immigration and Customs Enforcement, is responsible for overseeing this contract. Standard oversight mechanisms for service contracts would apply to ensure performance and compliance.
Related Government Programs
- Security Guards and Patrol Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Contract duration of 364 days may require subsequent competitive procurements.
- Potential for service disruptions if contractor performance falters.
- Reliance on a single vendor 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 $38.6 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 $38.6 million.
What is the period of performance?
Start: 2021-08-18. End: 2022-08-17.
What is the historical cost trend for similar detention and transportation services contracts awarded by ICE?
Analyzing historical data for similar contracts would reveal cost trends and identify any significant price escalations or reductions over time. This context is crucial for assessing whether the current $38.6 million award represents a fair market price or a deviation from past spending patterns, ultimately informing value for taxpayer money.
What are the key performance indicators (KPIs) for this contract and how is CoreCivic, Inc. being monitored?
Understanding the specific KPIs, such as timeliness of transport, detainee welfare standards, and security protocols, is essential for assessing contract effectiveness. Robust monitoring mechanisms by ICE, including regular performance reviews and audits, are critical to ensure CoreCivic, Inc. meets its obligations and taxpayer funds are used appropriately.
Are there any potential risks associated with CoreCivic, Inc.'s performance or financial stability that could impact service delivery?
Assessing CoreCivic, Inc.'s track record, including any past performance issues, litigation, or financial stability concerns, is vital. Any identified risks could jeopardize the continuity and quality of detention and transportation services, potentially leading to increased costs or disruptions for the government and impacting the overall effectiveness of the contract.
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
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: $39,176,487
Exercised Options: $39,176,487
Current Obligation: $38,609,599
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CDCR20D00000014
IDV Type: IDC
Timeline
Start Date: 2021-08-18
Current End Date: 2022-08-17
Potential End Date: 2022-08-17 00:00:00
Last Modified: 2024-09-27
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)