DHS Awards $43.5M for Detention Services at IRDF, Highlighting Need for Security and Oversight
Contract Overview
Contract Amount: $43,531,567 ($43.5M)
Contractor: Management & Training Corporation
Awarding Agency: Department of Homeland Security
Start Date: 2022-12-20
End Date: 2023-12-19
Contract Duration: 364 days
Daily Burn Rate: $119.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NEW TASK ORDER FOR DETENTION SERVICES AT THE IMPERIAL REGIONAL DETENTION FACILITY (IRDF) (CALEXICO, CA)
Place of Performance
Location: CALEXICO, IMPERIAL County, CALIFORNIA, 92231
Plain-Language Summary
Department of Homeland Security obligated $43.5 million to MANAGEMENT & TRAINING CORPORATION for work described as: NEW TASK ORDER FOR DETENTION SERVICES AT THE IMPERIAL REGIONAL DETENTION FACILITY (IRDF) (CALEXICO, CA) Key points: 1. Significant contract value for essential detention services. 2. Full and open competition suggests a competitive bidding process. 3. Potential risks include service quality and cost management over time. 4. Sector focus on security and government services.
Value Assessment
Rating: good
The contract value of $43.5M for one year of detention services appears reasonable given the scope and location. Benchmarking against similar facilities and services would provide a more precise assessment of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes price discovery and competitive pricing.
Taxpayer Impact: Taxpayer funds are being used for essential immigration enforcement operations, with competition aiming to ensure efficient use of resources.
Public Impact
Ensures continued operation of a key immigration detention facility. Supports federal immigration enforcement objectives in California. Impacts individuals detained at the facility and the local economy through employment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service quality variations.
- Dependency on contractor performance.
- Geographic concentration of services.
Positive Signals
- Competitive bidding process.
- Clear contract duration.
- Firm fixed price contract type.
Sector Analysis
This contract falls within the government services sector, specifically related to detention and security operations for immigration. Spending in this area is driven by federal policy and enforcement needs.
Small Business Impact
The data indicates that small businesses were not directly awarded this contract, as it was won by Management & Training Corporation. Further analysis would be needed to determine if small businesses participated as subcontractors.
Oversight & Accountability
Oversight by U.S. Immigration and Customs Enforcement (ICE) is crucial to ensure the contractor meets performance standards and adheres to regulations. Regular performance reviews and audits are key accountability mechanisms.
Related Government Programs
- Security Guards and Patrol Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Contractor performance risk
- Service quality assurance
- Potential for cost overruns if scope changes
- Dependency on government funding and policy
Tags
security-guards-and-patrol-services, department-of-homeland-security, ca, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $43.5 million to MANAGEMENT & TRAINING CORPORATION. NEW TASK ORDER FOR DETENTION SERVICES AT THE IMPERIAL REGIONAL DETENTION FACILITY (IRDF) (CALEXICO, CA)
Who is the contractor on this award?
The obligated recipient is MANAGEMENT & TRAINING CORPORATION.
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 $43.5 million.
What is the period of performance?
Start: 2022-12-20. End: 2023-12-19.
What are the key performance indicators (KPIs) for this detention services contract, and how are they monitored by ICE?
Key performance indicators likely include facility safety, security protocols, inmate welfare, staffing levels, and compliance with detention standards. ICE would typically monitor these through regular site visits, audits, incident reports, and performance evaluations. The effectiveness of oversight depends on the rigor and consistency of these monitoring activities.
What is the historical cost trend for detention services at IRDF, and how does this award compare?
Historical cost data for this specific facility is not provided. However, comparing the $43.5M annual cost to previous contracts at IRDF or similar facilities managed by ICE would reveal cost trends. A significant increase or decrease could indicate changes in operational needs, market rates, or contractor efficiency.
How does the firm fixed price (FFP) structure impact the contractor's incentive to control costs and maintain service quality?
An FFP contract incentivizes the contractor to manage costs effectively, as any savings are retained profit. However, it can also create a risk of the contractor cutting corners on service quality or staffing to maximize profit, especially if oversight is insufficient. ICE must ensure robust performance monitoring to mitigate this risk.
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: 500 N MARKET PL DR STE 100, CENTERVILLE, UT, 84014
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $43,531,567
Exercised Options: $43,531,567
Current Obligation: $43,531,567
Actual Outlays: $43,531,567
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CDCR20D00000006
IDV Type: IDC
Timeline
Start Date: 2022-12-20
Current End Date: 2023-12-19
Potential End Date: 2023-12-19 00:00:00
Last Modified: 2024-06-20
More Contracts from Management & Training Corporation
- TAS Code 151060 - Management and Operation of a Government-Owned, Contractor Operated, Correctional Institution in Taft, CA — $448.7M (Department of Justice)
- Contractor Owned and Operated Existing Correctional Facility for Approximately 7000 LOW Security Male Inmates — $360.8M (Department of Justice)
- Operation of Gary JC Center — $256.4M (Department of Labor)
- Operation of the Gary JCC — $220.1M (Department of Labor)
- Operation of Earle Clements JOB Corps Center — $175.1M (Department of Labor)
View all Management & Training Corporation federal contracts →
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)