DHS awards $46.6M contract for Port Isabel security services to Akima Infrastructure Protection LLC

Contract Overview

Contract Amount: $46,591,374 ($46.6M)

Contractor: Akima Infrastructure Protection LLC

Awarding Agency: Department of Homeland Security

Start Date: 2024-12-01

End Date: 2025-11-30

Contract Duration: 364 days

Daily Burn Rate: $128.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PORT ISABEL SERVICE PROCESSING CENTER SUPPORT

Place of Performance

Location: LOS FRESNOS, CAMERON County, TEXAS, 78566

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $46.6 million to AKIMA INFRASTRUCTURE PROTECTION LLC for work described as: PORT ISABEL SERVICE PROCESSING CENTER SUPPORT Key points: 1. Contract value represents a significant investment in border security infrastructure. 2. Akima Infrastructure Protection LLC is a known entity in government contracting. 3. The contract duration of one year suggests a need for ongoing, consistent support. 4. The service category, Security Guards and Patrol Services, is critical for facility operations. 5. The award was made under full and open competition, indicating a broad market search. 6. The fixed-price contract type aims to control costs and provide budget certainty.

Value Assessment

Rating: good

The contract value of $46.6 million for one year of security guard services appears reasonable given the scope of supporting a federal facility like the Port Isabel Service Processing Center. Benchmarking against similar contracts for large-scale security operations at federal installations suggests this pricing is within expected ranges. The firm fixed-price structure provides cost certainty for the government, although it places the risk of cost overruns on the contractor.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition after exclusion of sources, indicating that multiple bidders were likely considered. This approach generally fosters a competitive environment, encouraging contractors to offer their best pricing and service offerings to secure the award. The specific exclusion of sources clause might suggest a prior limited competition or a specific requirement that narrowed the initial pool, but the final award was open.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically leads to more competitive pricing and a wider range of service options, ensuring the government receives good value for its investment.

Public Impact

The primary beneficiaries are U.S. Immigration and Customs Enforcement (ICE) and the Department of Homeland Security (DHS), ensuring the secure operation of the Port Isabel Service Processing Center. The services delivered include essential security guard and patrol functions, vital for maintaining order and safety at a federal facility. The geographic impact is concentrated in South Texas, specifically at the Port Isabel Service Processing Center. The contract supports jobs within the security services sector, likely benefiting the local workforce in the region.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The security services sector is a significant component of the federal contracting landscape, with agencies like DHS consistently requiring robust security solutions. This contract falls within the broader category of facility support services, a market characterized by numerous providers ranging from large corporations to specialized small businesses. Spending in this area is driven by the need to protect federal assets, personnel, and critical infrastructure, making it a stable and ongoing area of government expenditure.

Small Business Impact

The data indicates this contract was not set aside for small businesses, and there is no explicit mention of subcontracting requirements for small businesses. This suggests that the primary award went to a larger entity, and opportunities for small businesses would likely be through direct subcontracting if Akima Infrastructure Protection LLC chooses to engage them, rather than through a mandated set-aside program.

Oversight & Accountability

Oversight for this contract will likely be managed by U.S. Immigration and Customs Enforcement (ICE) officials within the Department of Homeland Security. Accountability measures are inherent in the firm fixed-price contract, requiring the contractor to deliver services as specified. Transparency is generally maintained through contract award databases and reporting, though specific performance metrics and oversight activities may not be publicly detailed.

Related Government Programs

Risk Flags

Tags

homeland-security, department-of-homeland-security, u-s-immigration-and-customs-enforcement, ice, security-guards-and-patrol-services, firm-fixed-price, full-and-open-competition, delivery-order, facility-support-services, texas, port-isabel, federal-contracting

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $46.6 million to AKIMA INFRASTRUCTURE PROTECTION LLC. PORT ISABEL SERVICE PROCESSING CENTER SUPPORT

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 $46.6 million.

What is the period of performance?

Start: 2024-12-01. End: 2025-11-30.

What is the track record of Akima Infrastructure Protection LLC with federal contracts, particularly in security services?

Akima Infrastructure Protection LLC, a subsidiary of Akima LLC, has a substantial history of performing government contracts across various agencies, including the Department of Defense and Homeland Security. Their portfolio often includes base operations support, facilities maintenance, and security services. While specific performance details for individual contracts are not always public, their consistent awards suggest a generally positive track record in meeting government requirements. For this specific contract, ICE would have evaluated their past performance, including any relevant experience in managing security operations at similar federal facilities, as part of the selection process.

How does the awarded amount compare to similar security guard contracts for federal facilities?

The awarded amount of approximately $46.6 million for a one-year contract for security guard and patrol services at the Port Isabel Service Processing Center is substantial. When compared to similar contracts for large federal facilities, especially those involved in detention or processing operations, this figure appears to be within a reasonable range. Factors influencing cost include the number of personnel required, the level of security clearance, the operational tempo of the facility, and the specific geographic location, which can affect labor costs. Without direct access to detailed scope of work and staffing levels, a precise benchmark is difficult, but the value aligns with the critical nature and scale of operations at such a processing center.

What are the primary risks associated with this contract for the government?

The primary risks for the government in this contract revolve around contractor performance and potential cost overruns if the firm fixed-price model is not managed effectively by the contractor. Key risks include the potential for inadequate security coverage due to staffing shortages or insufficient training by the contractor, which could compromise facility safety and operational integrity. There's also a risk of service degradation over the contract period if performance standards are not consistently monitored and enforced. Furthermore, if the contractor fails to meet performance requirements, the government may face challenges in finding and transitioning to a new provider mid-term, potentially leading to disruptions.

How effective are security guard and patrol services in ensuring the security of federal processing centers?

Security guard and patrol services are a foundational element in ensuring the security of federal processing centers. They provide a visible deterrent to unauthorized access, monitor activity within and around the facility, respond to incidents, and enforce security protocols. Their effectiveness is highly dependent on the quality of personnel, the rigor of their training, the clarity of their post orders, and the level of supervision provided by both the contractor and the government agency. When executed properly, these services are crucial for maintaining order, preventing breaches, and ensuring the safety of personnel and detainees within such facilities.

What has been the historical spending pattern for security services at the Port Isabel Service Processing Center?

Historical spending data for security services specifically at the Port Isabel Service Processing Center would provide valuable context for this $46.6 million award. Without access to that specific historical data, it's difficult to ascertain trends. However, federal agencies like DHS and ICE typically maintain consistent, often increasing, budgets for security services due to evolving threats and operational needs. If previous contracts for this facility were significantly lower, it might indicate an expansion of services, increased security requirements, or inflation. Conversely, if the spending is consistent, it suggests a stable operational need for these services.

What are the implications of the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' clause?

The clause 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' indicates that while the contract was ultimately awarded through a process intended to be open to all qualified bidders, there was an initial phase where certain sources were excluded. This exclusion could be based on various factors, such as prior performance issues, specific technical requirements that only a subset of vendors could meet, or a previous limited competition that was later opened up. The key takeaway is that the final award decision was made after considering offers from the broader market, aiming to achieve the best value, rather than being a sole-source or restricted competition from the outset.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Guards and Patrol Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 70CDCR21R00000007

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2553 DULLES VIEW DR STE 700, 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: $46,591,374

Exercised Options: $46,591,374

Current Obligation: $46,591,374

Actual Outlays: $30,630,603

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR22D00000002

IDV Type: IDC

Timeline

Start Date: 2024-12-01

Current End Date: 2025-11-30

Potential End Date: 2025-11-30 00:00:00

Last Modified: 2025-12-12

More Contracts from Akima Infrastructure Protection LLC

View all Akima Infrastructure Protection LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending