DHS awards $5.9M for NYC alien transportation and guard services to Paragon Professional Services
Contract Overview
Contract Amount: $5,902,664 ($5.9M)
Contractor: Paragon Professional Services LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-04-01
End Date: 2026-03-31
Contract Duration: 364 days
Daily Burn Rate: $16.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS TASK ORDER IS FOR TRANSPORTATION AND GUARD SERVICES FOR THE ENFORCEMENT AND REMOVAL OPERATIONS, NYC AREA OF RESPONSIBILITY TO ACHIEVE THE ICE MISSION TO SAFELY TRANSPORT DETAINED ALIENS.
Place of Performance
Location: NEW YORK, NEW YORK County, NEW YORK, 10278
State: New York Government Spending
Plain-Language Summary
Department of Homeland Security obligated $5.9 million to PARAGON PROFESSIONAL SERVICES LLC for work described as: THIS TASK ORDER IS FOR TRANSPORTATION AND GUARD SERVICES FOR THE ENFORCEMENT AND REMOVAL OPERATIONS, NYC AREA OF RESPONSIBILITY TO ACHIEVE THE ICE MISSION TO SAFELY TRANSPORT DETAINED ALIENS. Key points: 1. Value for money assessed by comparing pricing to similar security guard contracts. 2. Competition dynamics indicate a full and open competition, potentially driving competitive pricing. 3. Risk indicators include contract duration and the sensitive nature of enforcement operations. 4. Performance context is tied to ICE's mission for safe and secure alien transport. 5. Sector positioning is within the government contracting space for security and transportation services.
Value Assessment
Rating: fair
The contract value of $5.9 million for a one-year period appears within a reasonable range for specialized transportation and security services in a high-cost area like New York City. Benchmarking against similar contracts for guard services and secure transport for federal agencies would provide a more precise value-for-money assessment. The firm-fixed-price structure helps control costs, but the specific unit rates for guards and transportation will be key to determining true cost-effectiveness.
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,' suggesting that while the initial solicitation may have had some exclusions, it ultimately allowed for broad participation. The specific number of bidders is not provided, but the 'full and open' nature generally implies a competitive process aimed at achieving the best value. This approach typically leads to a wider range of proposals and potentially more favorable pricing for the government.
Taxpayer Impact: A competitive bidding process for essential services like transportation and security guards helps ensure taxpayer dollars are used efficiently by driving down costs through market forces.
Public Impact
Benefits the Department of Homeland Security (DHS) and U.S. Immigration and Customs Enforcement (ICE) by providing critical support for their mission. Services delivered include transportation and guard services for enforcement and removal operations. Geographic impact is focused on the New York City area of responsibility. Workforce implications include employment opportunities for security personnel and drivers employed by Paragon Professional Services LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for high-stress operational environment requiring robust personnel management.
- Dependence on contractor performance for the safety and security of detained individuals.
- Need for strict adherence to legal and ethical guidelines in enforcement operations.
Positive Signals
- Contractor has experience in providing professional services, as indicated by their name.
- Firm-fixed-price contract provides cost certainty for the government.
- Clear definition of services required for ICE's mission.
Sector Analysis
This contract falls within the government's security and protective services sector, a significant area of federal spending. The market for these services is competitive, with numerous firms capable of providing guard and transportation solutions. The specific niche of supporting immigration enforcement operations requires specialized capabilities and adherence to strict protocols, differentiating it from general security contracts. Comparable spending benchmarks would involve looking at other ICE or DHS contracts for similar operational support.
Small Business Impact
The data indicates that the prime contractor is Paragon Professional Services LLC. There is no explicit information regarding small business set-asides or subcontracting plans for this specific delivery order. Further analysis would be needed to determine if small businesses are involved in the subcontracting chain or if this contract contributes to overall small business utilization goals within DHS.
Oversight & Accountability
Oversight for this contract would primarily fall under the U.S. Immigration and Customs Enforcement (ICE) contracting officers and program managers. The firm-fixed-price nature of the award provides a degree of financial oversight. Transparency is facilitated through contract databases like FPDS. Accountability measures would be tied to performance metrics outlined in the delivery order and the contract terms, with potential for Inspector General review if performance issues or fraud are suspected.
Related Government Programs
- ICE Enforcement and Removal Operations
- DHS Security Services
- Federal Alien Transportation Contracts
- Government Security Guard Services
Risk Flags
- Sensitive nature of services provided (alien transportation and enforcement).
- Potential for high-risk operational environment.
- Dependence on contractor performance for mission success and safety.
Tags
security-services, transportation-services, immigration-enforcement, homeland-security, ice, new-york-city, delivery-order, firm-fixed-price, full-and-open-competition, professional-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5.9 million to PARAGON PROFESSIONAL SERVICES LLC. THIS TASK ORDER IS FOR TRANSPORTATION AND GUARD SERVICES FOR THE ENFORCEMENT AND REMOVAL OPERATIONS, NYC AREA OF RESPONSIBILITY TO ACHIEVE THE ICE MISSION TO SAFELY TRANSPORT DETAINED ALIENS.
Who is the contractor on this award?
The obligated recipient is PARAGON PROFESSIONAL SERVICES 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 $5.9 million.
What is the period of performance?
Start: 2025-04-01. End: 2026-03-31.
What is the track record of Paragon Professional Services LLC in performing similar government contracts, particularly those involving sensitive transportation and security services?
A review of federal procurement data (e.g., FPDS) would be necessary to assess Paragon Professional Services LLC's track record. Key areas to investigate would include the number and value of previous contracts awarded to the company, the agencies they have served, and the types of services rendered. Specific attention should be paid to contracts involving transportation, security, or support for law enforcement or immigration agencies. Performance ratings from past contracts, if available, would provide crucial insights into their reliability, quality of service, and adherence to contract terms. Any past performance issues, disputes, or terminations would be significant risk indicators.
How does the awarded amount of $5.9 million compare to the typical cost of similar transportation and guard services for enforcement operations in major metropolitan areas?
Benchmarking this $5.9 million contract against similar services requires access to detailed cost data for comparable contracts. Factors influencing cost include the number of personnel required, hours of service, geographic location (NYC being a high-cost area), specific security protocols, and transportation logistics. A preliminary assessment suggests the amount is substantial, reflecting the specialized nature and location. However, without specific unit cost breakdowns (e.g., hourly rates for guards, per-mile rates for transport) and comparisons to other ICE or DHS contracts for similar services in comparable regions, a definitive value-for-money judgment is difficult. The 'full and open competition' aspect suggests the government sought competitive pricing.
What are the primary risks associated with this contract, considering the nature of enforcement and removal operations?
The primary risks associated with this contract are multifaceted. Operational risks include the potential for incidents during transportation or while individuals are under guard, which could have safety, security, and public relations consequences. Contractor performance risk is significant; any lapse in service quality or reliability could impede ICE's mission and potentially compromise the safety of individuals in custody or the public. Legal and ethical risks are also paramount, as operations must strictly adhere to all relevant laws, regulations, and civil rights standards. Reputational risk for DHS and ICE exists if the contractor's actions lead to negative public attention or legal challenges. Finally, there's a risk of cost overruns if the firm-fixed-price structure doesn't adequately account for unforeseen operational demands, though this is mitigated by the pricing model.
What is the expected effectiveness of these services in supporting ICE's mission to safely transport detained aliens?
The effectiveness of these services hinges on the contractor's ability to provide reliable, secure, and compliant transportation and guard support. When executed properly, these services are crucial for ICE's mission, enabling the safe and orderly movement of detained individuals. This includes ensuring the physical security of the individuals during transit, maintaining custody, and adhering to all procedural requirements. The effectiveness will be measured by the contractor's performance against the specific requirements outlined in the delivery order, such as on-time arrivals, incident-free operations, and proper documentation. A well-managed contract with a competent provider should significantly contribute to the overall efficiency and integrity of ICE's enforcement and removal operations in the NYC area.
How has federal spending on security guard and transportation services for immigration enforcement evolved over the past five years, and does this contract align with those trends?
Federal spending on security guard and transportation services for immigration enforcement has generally trended upwards over the past five years, driven by increased border apprehensions and evolving immigration policies. Agencies like ICE and CBP consistently require significant resources for detention management, transportation, and security. This $5.9 million contract for NYC-area services appears to be a component of that ongoing, substantial federal investment. Analyzing broader spending trends would involve examining budget allocations and contract awards across DHS components. This specific contract's value and duration seem consistent with the operational tempo and needs of ICE in a major metropolitan hub, reflecting the sustained demand for such services.
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: 3301 C ST, ANCHORAGE, AK, 99503
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Foreign-Owned and U.S.-Incorporated Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $5,902,664
Exercised Options: $5,902,664
Current Obligation: $5,902,664
Actual Outlays: $1,030,066
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CDCR23D00000001
IDV Type: IDC
Timeline
Start Date: 2025-04-01
Current End Date: 2026-03-31
Potential End Date: 2026-04-03 00:00:00
Last Modified: 2026-03-04
More Contracts from Paragon Professional Services LLC
- Construction Services for Storm Window and Door Installations AT the U.S. Capitol Complex, Washington D.C — $98.7M (Department of Defense)
- EL Paso SPC Guard Services Contract — $71.6M (Department of Homeland Security)
- EL Paso SPC Guard Services Task Order — $64.0M (Department of Homeland Security)
- Detention Services AT EL Paso Service Processing Center — $61.3M (Department of Homeland Security)
- This Contract Provides Detention and Transportation Services AT the EL Paso Service Processing Center. the Purpose of This Modification IS to Issue a NEW Task Order and ADD Funding for These Services — $57.1M (Department of Homeland Security)
View all Paragon Professional Services 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)