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
- Limited competition may result in higher costs.
- Time and Materials pricing requires diligent oversight to control spending.
Positive Signals
- Supports essential government function.
- Clear task order for detainee transportation.
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
- Security Guards and Patrol Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Potential for cost overruns due to Time and Materials pricing.
- Limited competition may not yield the best value.
- Lack of detailed performance metrics in the provided data.
- Dependence on a single contractor for critical transportation services.
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 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: 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
- 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)