DHS Awards $10.5M for ICE Detainee Transportation to Paragon Professional Services

Contract Overview

Contract Amount: $10,572,216 ($10.6M)

Contractor: Paragon Professional Services LLC

Awarding Agency: Department of Homeland Security

Start Date: 2025-05-28

End Date: 2026-03-31

Contract Duration: 307 days

Daily Burn Rate: $34.4K/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) BOSTON FIELD OFFICE.

Place of Performance

Location: ANCHORAGE, ANCHORAGE County, ALASKA, 99503

State: Alaska Government Spending

Plain-Language Summary

Department of Homeland Security obligated $10.6 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) BOSTON FIELD OFFICE. Key points: 1. Contract focuses on transporting ICE detainees for ERO Boston. 2. Paragon Professional Services LLC is the awardee. 3. The contract is for Time and Materials pricing. 4. This task order supports critical immigration enforcement operations.

Value Assessment

Rating: fair

The Time and Materials pricing structure can lead to cost overruns if not closely monitored. Benchmarking against similar transportation contracts is difficult without detailed service breakdowns.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a limited competition. This method may not yield the most competitive pricing.

Taxpayer Impact: Taxpayer funds are used for essential detainee transportation, but the limited competition raises concerns about optimal value for money.

Public Impact

Ensures continued operations for ICE Enforcement and Removal Operations. Supports the logistical needs of immigration enforcement in the Boston area. Impacts the efficiency of detainee processing and movement.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under security services, specifically related to transportation and logistics for law enforcement. Spending in this sector is often driven by operational needs and regulatory requirements.

Small Business Impact

The awardee, Paragon Professional Services LLC, is not indicated as a small business in the provided data. Further analysis would be needed to determine if small business participation was considered or achieved.

Oversight & Accountability

Oversight will be crucial to manage the Time and Materials aspect of the contract, ensuring that costs remain within reasonable bounds and that services are delivered as specified.

Related Government Programs

Risk Flags

Tags

security-guards-and-patrol-services, department-of-homeland-security, ak, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $10.6 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) BOSTON 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 $10.6 million.

What is the period of performance?

Start: 2025-05-28. End: 2026-03-31.

What specific metrics are in place to ensure the efficiency and cost-effectiveness of the detainee transportation services provided under this Time and Materials contract?

The provided data does not detail specific performance metrics or cost-control mechanisms for this Time and Materials contract. Effective oversight would require the contracting officer to establish clear deliverables, track labor hours and material costs rigorously, and compare actual expenditures against anticipated budgets to ensure value for taxpayer money.

How does the 'limited competition' procurement method impact the potential for cost savings and innovation in detainee transportation services?

Limited competition, especially when sources are excluded, typically reduces the number of potential bidders, thereby diminishing price pressure and the incentive for innovative solutions. This can lead to higher costs for the government compared to full and open competition where a wider range of contractors can compete, potentially offering more competitive pricing and novel approaches to service delivery.

What is the projected taxpayer impact if the Time and Materials contract exceeds its estimated value due to unforeseen circumstances or scope creep?

If this Time and Materials contract significantly exceeds its $10.57 million estimate, taxpayers will bear the additional cost. Without a cap or stricter controls, scope creep or inefficient service delivery could inflate expenses, necessitating additional appropriations and potentially diverting funds from other critical government programs. Robust monitoring is essential to mitigate this risk.

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: $10,572,216

Exercised Options: $10,572,216

Current Obligation: $10,572,216

Actual Outlays: $893,994

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR23D00000001

IDV Type: IDC

Timeline

Start Date: 2025-05-28

Current End Date: 2026-03-31

Potential End Date: 2026-05-31 00:00:00

Last Modified: 2026-03-20

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