DHS awards $270.6M contract for Intensive Supervision Appearance Program (ISAP IV) to B.I. Incorporated

Contract Overview

Contract Amount: $270,648,324 ($270.6M)

Contractor: B.I. Incorporated

Awarding Agency: Department of Homeland Security

Start Date: 2024-08-01

End Date: 2025-09-30

Contract Duration: 425 days

Daily Burn Rate: $636.8K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP IV)

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $270.6 million to B.I. INCORPORATED for work described as: INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP IV) Key points: 1. Contract value of $270.6 million over its period of performance. 2. B.I. Incorporated, the sole awardee, has a history of providing similar services. 3. The contract is a firm-fixed-price type, indicating defined costs for services. 4. Awarded under full and open competition, suggesting a competitive bidding process. 5. The contract duration is 425 days, with a performance period extending into late 2025. 6. Services fall under Facilities Support Services, NAICS code 561210.

Value Assessment

Rating: fair

The contract value of $270.6 million for a 425-day period suggests a significant investment in supervision services. Benchmarking this against similar large-scale federal contracts for offender management or electronic monitoring programs is crucial for a precise value-for-money assessment. Without specific per-unit cost data or comparisons to market rates for intensive supervision, it is difficult to definitively assess pricing efficiency. However, the firm-fixed-price structure aims to control costs by setting a predetermined price for the services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The number of bidders is not specified, but this procurement method generally fosters price discovery and encourages multiple companies to offer competitive proposals. The level of competition is a key factor in determining whether the government secured the best possible pricing and terms.

Taxpayer Impact: A full and open competition process is intended to ensure that taxpayer dollars are used efficiently by driving down costs through market forces. It provides an opportunity for multiple vendors to compete, potentially leading to more favorable pricing and innovative solutions for the government.

Public Impact

The primary beneficiaries are individuals under the supervision of U.S. Immigration and Customs Enforcement (ICE) who require intensive monitoring. The services delivered include the management and oversight of participants in the Intensive Supervision Appearance Program (ISAP IV). The contract is geographically focused on the District of Columbia. This contract supports jobs within the private sector companies providing these specialized supervision and monitoring services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Facilities Support Services sector, categorized under NAICS code 561210, encompasses a broad range of services related to the operation and maintenance of facilities. This specific contract for the Intensive Supervision Appearance Program (ISAP IV) falls within the government's broader efforts to manage and monitor individuals under its jurisdiction. Comparable spending in this area often involves contracts for detention services, electronic monitoring, case management, and community supervision programs, which are critical components of the criminal justice and immigration enforcement systems.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a specific set-aside requirement for this contract. Therefore, there are no direct subcontracting implications for small businesses mandated by this award. The focus appears to be on securing the necessary services through a competitive process, rather than specifically targeting small business engagement as a primary objective for this particular contract.

Oversight & Accountability

Oversight for this contract would primarily fall under the U.S. Immigration and Customs Enforcement (ICE) within the Department of Homeland Security. Specific oversight mechanisms would likely include regular performance reviews, audits, and adherence to the terms and conditions of the firm-fixed-price contract. Transparency is typically managed through contract reporting requirements and public contract databases. The Inspector General for the Department of Homeland Security would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

dhs, ice, intensive-supervision-appearance-program, isap-iv, facilities-support-services, firm-fixed-price, full-and-open-competition, district-of-columbia, b.i.-incorporated, immigration-enforcement, offender-management, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $270.6 million to B.I. INCORPORATED. INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP IV)

Who is the contractor on this award?

The obligated recipient is B.I. INCORPORATED.

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 $270.6 million.

What is the period of performance?

Start: 2024-08-01. End: 2025-09-30.

What is the historical performance record of B.I. Incorporated with federal contracts, particularly those related to supervision or monitoring services?

B.I. Incorporated has a significant history of federal contracting, often related to correctional services, electronic monitoring, and offender management. Analyzing their past performance on similar contracts, such as previous iterations of the ISAP program or other ICE/DOJ initiatives, would reveal their track record. This includes examining contract close-out data, any documented performance issues, awards, or penalties. A review of contract databases like FPDS or SAM.gov can provide insights into their award history, contract values, and any reported performance issues. Understanding their experience with large-scale, complex programs is crucial for assessing their capability to successfully execute the ISAP IV contract.

How does the per-unit cost or overall cost of this contract compare to similar federal supervision programs or private sector alternatives?

Benchmarking the cost of the ISAP IV contract requires detailed analysis of per-unit costs (e.g., cost per participant per day) and comparing them against similar federal contracts awarded by agencies like ICE, BOP, or state/local government entities managing similar populations. Private sector market rates for electronic monitoring, GPS tracking, case management software, and in-person supervision services also serve as a comparison point. Without access to the detailed cost breakdown or specific performance metrics tied to cost, a precise comparison is challenging. However, the firm-fixed-price nature suggests that ICE has negotiated a set price, and the competitive bidding process is intended to ensure this price is reasonable relative to market conditions and the scope of services.

What are the key performance indicators (KPIs) for this contract, and how will B.I. Incorporated's performance against these KPIs be measured and reported?

The specific Key Performance Indicators (KPIs) for the ISAP IV contract are not detailed in the provided summary. However, typical KPIs for such programs often include participant compliance rates (e.g., appearance at scheduled appointments, adherence to curfews), successful completion of program requirements, accuracy and timeliness of reporting, and incident response times. Performance measurement would likely involve regular reporting by B.I. Incorporated, potentially supplemented by government quality assurance checks and audits. The contract's success hinges on meeting these defined performance standards, which are crucial for ensuring the program's effectiveness in managing individuals under supervision.

What is the potential impact of this contract on the overall federal spending for immigration enforcement and supervision services?

This $270.6 million contract represents a significant allocation of federal funds towards immigration supervision services, specifically for the Intensive Supervision Appearance Program (ISAP IV) in the District of Columbia. It contributes to the broader budget of U.S. Immigration and Customs Enforcement (ICE) for managing individuals within the immigration system. The total federal spending on immigration enforcement and supervision is multifaceted, encompassing detention, border security, removal operations, and various community-based programs like ISAP. This single contract, while substantial, is one component of a much larger federal expenditure aimed at managing immigration flows and ensuring compliance with immigration laws.

Are there any identified risks associated with B.I. Incorporated's ability to deliver on this contract, considering its scope and duration?

Potential risks associated with B.I. Incorporated's delivery on this contract could include operational challenges in scaling services to meet demand, maintaining consistent quality across all supervised individuals, managing technological aspects of monitoring, and ensuring data security and privacy. Given the firm-fixed-price nature, cost overruns due to unforeseen circumstances could impact the contractor's profitability, potentially affecting service delivery if not managed effectively. The duration of the contract (425 days) requires sustained performance. A thorough risk assessment would examine the contractor's financial stability, management capacity, and contingency planning for service disruptions.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 70CDCR19R00000002

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: THE GEO Group, Inc.

Address: 6265 GUNBARREL AVE STE B, BOULDER, CO, 80301

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $270,648,324

Exercised Options: $270,648,324

Current Obligation: $270,648,324

Actual Outlays: $210,741,215

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR20D00000011

IDV Type: IDC

Timeline

Start Date: 2024-08-01

Current End Date: 2025-09-30

Potential End Date: 2025-09-30 00:00:00

Last Modified: 2025-09-26

More Contracts from B.I. Incorporated

View all B.I. Incorporated federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending