DHS awards CoreCivic $19.2M for ICE detainee housing in Arizona, continuing previous contract
Contract Overview
Contract Amount: $19,259,521 ($19.3M)
Contractor: Corecivic, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2024-07-01
End Date: 2025-06-30
Contract Duration: 364 days
Daily Burn Rate: $52.9K/day
Competition Type: FOLLOW ON TO COMPETED ACTION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TO ESTABLISH A NEW TASK ORDER FOR HOUSING OF ICE DETAINEES FOR CORECIVIC CENTRAL ARIZONA FLORENCE CORRECTIONAL COMPLEX (CAFCC) CONTRACT POP: 07/01/24 - 06/30/25
Place of Performance
Location: BRENTWOOD, WILLIAMSON County, TENNESSEE, 37027
Plain-Language Summary
Department of Homeland Security obligated $19.3 million to CORECIVIC, INC. for work described as: TO ESTABLISH A NEW TASK ORDER FOR HOUSING OF ICE DETAINEES FOR CORECIVIC CENTRAL ARIZONA FLORENCE CORRECTIONAL COMPLEX (CAFCC) CONTRACT POP: 07/01/24 - 06/30/25 Key points: 1. Contract value of $19.2M for one year of detainee housing. 2. Follow-on to a competed action, suggesting prior competition. 3. Risk of reliance on a single provider for essential services. 4. Sector: Justice, Public Order, and Safety Activities.
Value Assessment
Rating: fair
The contract value of $19.2M for one year of housing services appears to be within a reasonable range for correctional facility operations. Benchmarking against similar contracts for detainee housing would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
This is a follow-on to a competed action, indicating that competition may have occurred previously. However, the current award mechanism (Delivery Order) and lack of detail on the original competition make it difficult to assess the current price discovery process and its impact.
Taxpayer Impact: Taxpayer funds are being used to cover the costs of housing ICE detainees, a necessary but significant expenditure for the Department of Homeland Security.
Public Impact
Ensures continued operation of detention facilities for ICE. Impacts local economy through employment and services at the correctional complex. Addresses federal mandate for immigration enforcement and detainee processing.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for sole-source continuation if not re-competed.
- Dependence on a single contractor for critical infrastructure.
Positive Signals
- Follow-on to a competed action suggests a history of competitive pricing.
- Clear contract period and defined service requirements.
Sector Analysis
This contract falls within the 'Other Justice, Public Order, and Safety Activities' sector, which includes services related to correctional facilities and law enforcement support. Spending in this sector is driven by federal mandates and public safety needs.
Small Business Impact
There is no indication in the provided data that small businesses were involved in this specific contract award. Further analysis would be needed to determine if subcontracting opportunities were offered or utilized.
Oversight & Accountability
The Department of Homeland Security, specifically U.S. Immigration and Customs Enforcement, is responsible for overseeing this contract. Accountability would involve monitoring service delivery, cost, and compliance with contract terms.
Related Government Programs
- Other Justice, Public Order, and Safety Activities
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Potential for cost overruns if not managed tightly.
- Risk of service quality degradation over time.
- Dependence on a single provider for essential services.
- Public scrutiny and potential for negative press regarding private detention.
Tags
other-justice-public-order-and-safety-ac, department-of-homeland-security, tn, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $19.3 million to CORECIVIC, INC.. TO ESTABLISH A NEW TASK ORDER FOR HOUSING OF ICE DETAINEES FOR CORECIVIC CENTRAL ARIZONA FLORENCE CORRECTIONAL COMPLEX (CAFCC) CONTRACT POP: 07/01/24 - 06/30/25
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 $19.3 million.
What is the period of performance?
Start: 2024-07-01. End: 2025-06-30.
What was the original competition for this contract, and what were the key factors that led to CoreCivic's selection?
The data states this is a 'FOLLOW ON TO COMPETED ACTION,' implying a prior competitive process. To fully assess value, understanding the original solicitation, the number of bidders, and the evaluation criteria used would be crucial. This information would shed light on the initial price discovery and whether the current follow-on award reflects competitive market rates or a continuation of a potentially less competitive outcome.
What are the specific performance metrics and oversight mechanisms in place to ensure the quality of detainee housing and services provided by CoreCivic?
Effective oversight is critical for contracts involving detainee housing. Key performance indicators (KPIs) related to safety, health, sanitation, and humane treatment should be clearly defined and monitored. Regular inspections, audits, and grievance procedures are essential to ensure CoreCivic meets its contractual obligations and upholds standards, mitigating risks associated with private detention operations.
How does the per-unit cost of housing a detainee under this contract compare to government-operated facilities or other private facilities in similar regions?
Benchmarking the per-unit cost against comparable facilities is vital for assessing value for taxpayer money. Without this comparative data, it's challenging to determine if this $19.2M contract represents an efficient use of resources. Understanding the cost drivers and the specific services included in the per-unit price is also necessary for a thorough evaluation.
Industry Classification
NAICS: Public Administration › Justice, Public Order, and Safety Activities › Other Justice, Public Order, and Safety Activities
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FOLLOW ON TO COMPETED ACTION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10 BURTON HILLS BLVD, NASHVILLE, TN, 37215
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $19,259,521
Exercised Options: $19,259,521
Current Obligation: $19,259,521
Actual Outlays: $19,272,187
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: DJJODT9C0001
IDV Type: IDC
Timeline
Start Date: 2024-07-01
Current End Date: 2025-06-30
Potential End Date: 2025-10-02 00:00:00
Last Modified: 2025-09-02
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)