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

State: District of Columbia Government Spending

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

Positive Signals

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

Risk Flags

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 ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&DSPECIAL 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.

View all Guidehouse Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending