DHS Awards $4.7M for ICE Transportation Analysis to Guidehouse Inc. Under Full and Open Competition
Contract Overview
Contract Amount: $4,716,085 ($4.7M)
Contractor: Guidehouse Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-02-28
End Date: 2026-07-27
Contract Duration: 514 days
Daily Burn Rate: $9.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: THE PURPOSE OF THIS AWARD IS TO PROVIDE TRANSPORTATION ANALYSIS AND SUPPORT SERVICES FOR THE ICE TRANSPORTATION & REMOVAL PROGRAM (TRP).
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
Department of Homeland Security obligated $4.7 million to GUIDEHOUSE INC. for work described as: THE PURPOSE OF THIS AWARD IS TO PROVIDE TRANSPORTATION ANALYSIS AND SUPPORT SERVICES FOR THE ICE TRANSPORTATION & REMOVAL PROGRAM (TRP). Key points: 1. The contract focuses on transportation analysis and support for ICE's Removal Program. 2. Guidehouse Inc. secured the award, indicating potential expertise in this niche. 3. The firm fixed price contract type suggests cost certainty for the government. 4. The award falls under engineering services, a broad category with varying benchmarks.
Value Assessment
Rating: fair
The contract value of $4.7M for 514 days of service appears reasonable for specialized transportation analysis. Benchmarking against similar contracts for program support services is needed for a definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The award was made under full and open competition, suggesting a competitive bidding process. This method generally promotes price discovery and potentially better value for the government.
Taxpayer Impact: The competitive nature of the award is positive for taxpayers, as it likely resulted in a more favorable price than a sole-source procurement.
Public Impact
Ensures continued operational support for ICE's transportation and removal initiatives. Supports the logistical planning and execution of critical government functions. Potential impact on the efficiency and effectiveness of immigration enforcement operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in the provided data.
- Potential for scope creep in analysis and support services.
- Dependence on a single contractor for critical program support.
Positive Signals
- Awarded under full and open competition.
- Firm fixed price contract provides cost predictability.
- Clear purpose for transportation analysis and support services.
Sector Analysis
This contract falls under engineering services (NAICS 541330), which can encompass a wide range of analytical and support functions. Spending in this sector varies greatly depending on the specific services required.
Small Business Impact
The data does not indicate any specific set-asides for small businesses. Further investigation would be needed to determine if small businesses had an opportunity to participate in this procurement.
Oversight & Accountability
Oversight will be crucial to ensure Guidehouse Inc. delivers the required transportation analysis and support services effectively and efficiently within the contract's scope and budget.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Lack of detailed performance metrics.
- Potential for vendor lock-in.
- Limited visibility into subcontractor utilization (if any).
- Dependence on a single award for critical support.
Tags
engineering-services, department-of-homeland-security, dc, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.7 million to GUIDEHOUSE INC.. THE PURPOSE OF THIS AWARD IS TO PROVIDE TRANSPORTATION ANALYSIS AND SUPPORT SERVICES FOR THE ICE TRANSPORTATION & REMOVAL PROGRAM (TRP).
Who is the contractor on this award?
The obligated recipient is GUIDEHOUSE 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 $4.7 million.
What is the period of performance?
Start: 2025-02-28. End: 2026-07-27.
What specific metrics will be used to evaluate the success of the transportation analysis and support services provided by Guidehouse Inc.?
The success of the transportation analysis and support services will be evaluated based on the clarity, accuracy, and actionable insights provided in the delivered reports and recommendations. Key performance indicators may include the timeliness of deliverables, the cost-effectiveness of proposed transportation solutions, and the alignment of the analysis with ICE's operational requirements and strategic goals for the Transportation & Removal Program.
What are the potential risks associated with relying on Guidehouse Inc. for critical transportation analysis and support for ICE's removal program?
Potential risks include over-reliance on a single vendor, leading to a lack of fresh perspectives or competitive pressure on future contracts. There's also a risk of scope creep if the analysis extends beyond the initial defined purpose, potentially increasing costs. Furthermore, any disruption in Guidehouse's service delivery could impact ICE's operational continuity for its transportation and removal efforts.
How will the effectiveness of this contract be measured in terms of improving the efficiency of ICE's transportation and removal operations?
Effectiveness will be measured by assessing whether the analysis and support provided lead to demonstrable improvements in ICE's transportation and removal operations. This could include quantifiable benefits such as reduced transportation costs, optimized routing, improved asset utilization, enhanced safety protocols, and more efficient logistical planning. The ultimate measure of effectiveness will be the contract's contribution to achieving ICE's mission objectives.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 61658
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Veritas Capital Fund Management, L.L.C.
Address: 1676 INTERNATIONAL DR STE 800, MC LEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $23,799,113
Exercised Options: $4,725,085
Current Obligation: $4,716,085
Actual Outlays: $1,203,265
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q14OADU142
IDV Type: IDC
Timeline
Start Date: 2025-02-28
Current End Date: 2026-07-27
Potential End Date: 2030-02-27 00:00:00
Last Modified: 2026-04-13
More Contracts from Guidehouse Inc.
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Department of the Interior)
- Icam to From 09/08/2022 - 09/07/2023 — $119.1M (Department of Justice)
- Appliance Standards Analysis and Regulatory Support Services — $114.6M (Department of Energy)
- Appliance Standards Analysis and Regulatory Support Service (asarss) — $103.5M (Department of Energy)
- Audit Infrastructure Support Services — $89.8M (Department of Defense)
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)