DHS Awards $6.76M Task Order to Paragon for ICE Detainee Transportation in Baltimore

Contract Overview

Contract Amount: $6,763,511 ($6.8M)

Contractor: Paragon Professional Services LLC

Awarding Agency: Department of Homeland Security

Start Date: 2025-04-17

End Date: 2026-03-31

Contract Duration: 348 days

Daily Burn Rate: $19.4K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: THE CONTRACT PROVIDES TRANSPORTATION OF DETAINEES FOR MULTIPLE FIELD OFFICES. THIS TASK ORDER PROVIDES FUNDING FOR THE TRANSPORTATION OF ICE DETAINEES FOR ICE ENFORCEMENT AND REMOVAL OPERATIONS (ERO) BALTIMORE FIELD OFFICE.

Place of Performance

Location: ANCHORAGE, ANCHORAGE County, ALASKA, 99503

State: Alaska Government Spending

Plain-Language Summary

Department of Homeland Security obligated $6.8 million to PARAGON PROFESSIONAL SERVICES LLC for work described as: THE CONTRACT PROVIDES TRANSPORTATION OF DETAINEES FOR MULTIPLE FIELD OFFICES. THIS TASK ORDER PROVIDES FUNDING FOR THE TRANSPORTATION OF ICE DETAINEES FOR ICE ENFORCEMENT AND REMOVAL OPERATIONS (ERO) BALTIMORE FIELD OFFICE. Key points: 1. The contract focuses on transporting ICE detainees for enforcement and removal operations. 2. Paragon Professional Services LLC is the awardee for this task order. 3. The contract is valued at $6.76 million over approximately 11.6 months. 4. This falls under security guards and patrol services, with a PSC code of 561612.

Value Assessment

Rating: fair

The contract is a Time and Materials type, which can lead to cost overruns if not managed carefully. Benchmarking against similar detainee transportation contracts is difficult without more specific service details.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating a limited competition. This method may not have yielded the most competitive pricing.

Taxpayer Impact: Taxpayer funds are being used for detainee transportation, a necessary but potentially costly operational expense for ICE.

Public Impact

Ensures operational continuity for ICE's Baltimore Field Office by facilitating detainee movement. Supports law enforcement efforts by providing essential logistical services for removals. Potential for cost inefficiencies due to the Time and Materials contract type. Impacts individuals in ICE custody by facilitating their transportation.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the government services sector, specifically related to security and transportation for law enforcement. Spending benchmarks for detainee transportation can vary significantly based on geographic location and service level agreements.

Small Business Impact

The provided data does not indicate if small businesses were involved in this specific task order, either as prime contractors or subcontractors. Further analysis would be needed to determine small business participation.

Oversight & Accountability

Oversight will be crucial to manage the Time and Materials aspect of this contract, ensuring costs remain within the awarded value and services are delivered effectively. The contracting agency, DHS/ICE, is responsible for monitoring performance.

Related Government Programs

Risk Flags

Tags

security-guards-and-patrol-services, department-of-homeland-security, ak, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $6.8 million to PARAGON PROFESSIONAL SERVICES LLC. THE CONTRACT PROVIDES TRANSPORTATION OF DETAINEES FOR MULTIPLE FIELD OFFICES. THIS TASK ORDER PROVIDES FUNDING FOR THE TRANSPORTATION OF ICE DETAINEES FOR ICE ENFORCEMENT AND REMOVAL OPERATIONS (ERO) BALTIMORE FIELD OFFICE.

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 $6.8 million.

What is the period of performance?

Start: 2025-04-17. End: 2026-03-31.

What is the average cost per detainee transported under this contract, and how does it compare to industry benchmarks?

The provided data does not allow for a calculation of the cost per detainee transported. The contract is Time and Materials, and the total value is for the entire period. To determine this, we would need data on the number of detainees transported and the specific hours/materials utilized. Without this, a meaningful benchmark comparison is impossible.

What specific risks are associated with the 'Full and Open Competition After Exclusion of Sources' method for this contract?

This procurement method suggests that while initially intended for full and open competition, certain sources were excluded, leading to a limited pool of potential bidders. This can increase the risk of higher prices due to reduced competition and may limit the government's ability to secure the most innovative or cost-effective solutions available in the broader market.

How effectively does this contract support ICE's Enforcement and Removal Operations (ERO) in the Baltimore Field Office?

The contract directly supports ERO operations by providing essential transportation for detainees. Its effectiveness hinges on reliable service delivery, timely transport, and adherence to safety protocols. While the contract's existence indicates a need, its ultimate effectiveness depends on the performance of Paragon Professional Services LLC and the oversight provided by ICE.

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

Pricing Type: TIME AND MATERIALS (Y)

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: $6,763,511

Exercised Options: $6,763,511

Current Obligation: $6,763,511

Actual Outlays: $3,573,410

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR23D00000001

IDV Type: IDC

Timeline

Start Date: 2025-04-17

Current End Date: 2026-03-31

Potential End Date: 2026-04-16 00:00:00

Last Modified: 2026-03-17

More Contracts from Paragon Professional Services LLC

View all Paragon Professional Services LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending