DHS Awards $21.7M for Guantanamo Bay Migrant Operations Center Contract Amidst Transition
Contract Overview
Contract Amount: $21,678,842 ($21.7M)
Contractor: Akima Infrastructure Protection LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-01
End Date: 2025-09-30
Contract Duration: 394 days
Daily Burn Rate: $55.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TO FUND TRANSITION PERIOD FOR NEW MIGRANT OPERATIONS CENTER (MOC) CONTRACT AT GUANTANAMO BAY, CUBA.
Plain-Language Summary
Department of Homeland Security obligated $21.7 million to AKIMA INFRASTRUCTURE PROTECTION LLC for work described as: TO FUND TRANSITION PERIOD FOR NEW MIGRANT OPERATIONS CENTER (MOC) CONTRACT AT GUANTANAMO BAY, CUBA. Key points: 1. The contract supports essential migrant operations at Guantanamo Bay, Cuba. 2. Akima Infrastructure Protection LLC is the incumbent contractor. 3. The award value is significant for a transition period. 4. This falls under security services, a critical government function.
Value Assessment
Rating: good
The award value of $21.7M for a 13-month period appears reasonable for the scope of services required for a migrant operations center. Benchmarking against similar security contracts for remote or high-security locations would provide further context.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a specific justification for limiting the pool of bidders. This method may impact price discovery compared to unrestricted full and open competition.
Taxpayer Impact: Taxpayers are funding essential services for migrant operations, with the cost reflecting the unique operational environment and security requirements.
Public Impact
Ensures continuity of operations for migrant processing and management. Supports U.S. national security and border management efforts. Provides critical infrastructure and security services in a sensitive location.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition raises questions about optimal price discovery.
- Geopolitical and operational risks associated with Guantanamo Bay.
Positive Signals
- Ensures critical operational continuity.
- Awarded to a known entity with existing capabilities.
Sector Analysis
This contract falls within the Security Guards and Patrol Services sector. Spending in this sector is driven by government needs for physical security, surveillance, and access control, particularly in sensitive or remote locations.
Small Business Impact
The data indicates this contract was not awarded to small businesses, as the 'sb' field is false. Further analysis would be needed to determine if small business participation was sought or achieved through subcontracting.
Oversight & Accountability
The award was made by the Department of Homeland Security (DHS) via U.S. Immigration and Customs Enforcement (ICE). Oversight will be crucial to ensure the contractor meets performance standards and manages costs effectively during this transition period.
Related Government Programs
- Security Guards and Patrol Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Limited competition
- Geopolitical risk
- Operational complexity
- Transition period uncertainty
Tags
security-guards-and-patrol-services, department-of-homeland-security, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $21.7 million to AKIMA INFRASTRUCTURE PROTECTION LLC. TO FUND TRANSITION PERIOD FOR NEW MIGRANT OPERATIONS CENTER (MOC) CONTRACT AT GUANTANAMO BAY, CUBA.
Who is the contractor on this award?
The obligated recipient is AKIMA INFRASTRUCTURE PROTECTION LLC.
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 $21.7 million.
What is the period of performance?
Start: 2024-09-01. End: 2025-09-30.
What specific factors led to the exclusion of sources in this full and open competition?
The exclusion of sources likely stems from specific security clearances, specialized equipment, or unique logistical requirements necessary for operating a migrant center at Guantanamo Bay. These factors may limit the number of qualified bidders capable of meeting the stringent demands of the location and mission.
What are the primary risks associated with this contract's location and operational context?
Key risks include geopolitical instability, potential for rapid changes in migrant flows requiring adaptable services, logistical challenges in a remote location, and the need for stringent security protocols. These factors can impact operational costs, contractor performance, and the overall effectiveness of migrant management.
How will the effectiveness of the new migrant operations center be measured during this transition period?
Effectiveness will likely be measured through key performance indicators (KPIs) related to operational efficiency, security incident rates, compliance with humanitarian standards, and timely processing of migrants. Regular performance reviews and site visits by DHS/ICE officials will be essential for monitoring and ensuring successful transition.
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 AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2553 DULLES VIEW DR, HERNDON, VA, 20171
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $21,678,902
Exercised Options: $21,678,902
Current Obligation: $21,678,842
Actual Outlays: $10,677,767
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CDCR24D00000008
IDV Type: IDC
Timeline
Start Date: 2024-09-01
Current End Date: 2025-09-30
Potential End Date: 2025-10-30 00:00:00
Last Modified: 2025-09-30
More Contracts from Akima Infrastructure Protection LLC
- This IS a NEW Task Order to Obligate Funding for Housing and Safeguarding Illegal Aliens in Support of Enforcement and Removal Operations (ERO) AT Krome Service Processing Center in Miami, FL — $71.1M (Department of Homeland Security)
- THE Purpose of This Task Order IS to Provide Detention Services AT Krome SPC — $62.8M (Department of Homeland Security)
- Port Isabel Service Processing Center Support — $46.6M (Department of Homeland Security)
- Port Isabel Service Processing Center Guard, Food and Local Transportation Award - FY24 Task Order — $45.1M (Department of Homeland Security)
- Port Isabel Service Processing Center Guard, Food and Local Transportation Award - FY22 Task Order — $34.8M (Department of Homeland Security)
View all Akima Infrastructure Protection LLC 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)