DHS awards $71M contract for alien housing and safeguarding at Krome Service Processing Center
Contract Overview
Contract Amount: $71,098,381 ($71.1M)
Contractor: Akima Infrastructure Protection LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-01
End Date: 2026-08-31
Contract Duration: 364 days
Daily Burn Rate: $195.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS IS A NEW TASK ORDER TO OBLIGATE FUNDING FOR HOUSING AND SAFEGUARDING ILLEGAL ALIENS IN SUPPORT OF ENFORCEMENT AND REMOVAL OPERATIONS (ERO) AT KROME SERVICE PROCESSING CENTER IN MIAMI, FL
Place of Performance
Location: MIAMI, MIAMI-DADE County, FLORIDA, 33194
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $71.1 million to AKIMA INFRASTRUCTURE PROTECTION LLC for work described as: THIS IS A NEW TASK ORDER TO OBLIGATE FUNDING FOR HOUSING AND SAFEGUARDING ILLEGAL ALIENS IN SUPPORT OF ENFORCEMENT AND REMOVAL OPERATIONS (ERO) AT KROME SERVICE PROCESSING CENTER IN MIAMI, FL Key points: 1. Contract focuses on essential services for enforcement and removal operations. 2. Significant funding allocated for a 364-day period, indicating substantial operational needs. 3. The contract type suggests a competitive process was intended, aiming for best value. 4. Geographic concentration in Florida highlights specific regional enforcement priorities. 5. The service category points to a critical need for security and facility management. 6. Fixed-price contract type helps manage cost certainty for the government.
Value Assessment
Rating: fair
The awarded amount of $71,098,380.76 for a 364-day period for security guard and patrol services at a processing center is substantial. Benchmarking this against similar contracts for detention facility support or large-scale security services is challenging without more specific details on the scope of services, personnel required, and the specific security protocols. However, the per-day cost is approximately $195,325, which appears high and warrants further investigation into the specific value proposition and cost drivers.
Cost Per Unit: Approximately $195,325 per day. This figure needs to be benchmarked against similar services at other federal detention or processing centers to assess value for money.
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the initial intent was full and open competition, certain sources were excluded, leading to a limited competitive environment. The specific reasons for exclusion are not detailed, but this approach can sometimes result in fewer bidders and potentially less competitive pricing compared to a truly unrestricted full and open competition.
Taxpayer Impact: A limited competition may mean that taxpayers did not benefit from the full range of potential price reductions that could have occurred with broader participation. The government may have secured adequate services, but the cost-effectiveness could be impacted by the restricted bidder pool.
Public Impact
The primary beneficiaries are U.S. Immigration and Customs Enforcement (ICE) and the Department of Homeland Security (DHS), enabling them to carry out enforcement and removal operations. The contract delivers essential services for the housing and safeguarding of illegal aliens at the Krome Service Processing Center. The geographic impact is concentrated in Miami, Florida, addressing specific needs within that region. The contract supports a workforce involved in security, facility management, and potentially care services for detainees.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may have restricted the pool of potential bidders, potentially impacting price discovery and value for taxpayers.
- The high daily cost requires scrutiny to ensure efficient resource allocation and prevent potential overspending.
- The specific reasons for excluding sources in the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award are unclear and warrant further investigation.
- The duration of the contract (364 days) suggests a significant and ongoing need, raising questions about long-term strategies for processing and housing.
Positive Signals
- The contract is awarded to Akima Infrastructure Protection LLC, a known entity in government contracting, suggesting a degree of reliability.
- The firm-fixed-price contract type provides cost certainty for the government, mitigating risks associated with cost overruns.
- The services are critical for supporting DHS's enforcement and removal operations, addressing a key governmental function.
- The contract is for a defined period, allowing for periodic reassessment of needs and contractor performance.
Sector Analysis
This contract falls within the Security and Protection Services sector, specifically related to government facility management and security. The market for such services is substantial, driven by ongoing needs for border security, detention facility operations, and general public safety. Comparable spending benchmarks would involve analyzing other large-scale security contracts for federal detention centers, military bases, or critical infrastructure, where costs are influenced by personnel, technology, and operational complexity.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). Akima Infrastructure Protection LLC is a large business. There is no explicit information on subcontracting plans for small businesses within this award. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor actively engages small businesses for subcontracting opportunities, which is not detailed here.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Homeland Security (DHS) and U.S. Immigration and Customs Enforcement (ICE). Specific oversight mechanisms would include contract performance monitoring, regular reporting requirements from the contractor, and potentially site visits by government officials. Accountability measures are tied to the firm-fixed-price nature of the contract, where deviations from agreed-upon services could lead to penalties or non-payment. Transparency is facilitated through contract databases, though detailed operational specifics may be sensitive.
Related Government Programs
- Immigration Detention Services
- Federal Law Enforcement Support Services
- Secure Facility Management
- Border Security Operations
- Alien Processing and Housing Contracts
Risk Flags
- Limited Competition
- High Per-Day Cost
- Unclear Source Exclusion Rationale
Tags
dhs, ice, florida, miami, security-guards-and-patrol-services, firm-fixed-price, delivery-order, limited-competition, enforcement-and-removal-operations, alien-housing, processing-center, akima-infrastructure-protection-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $71.1 million to AKIMA INFRASTRUCTURE PROTECTION LLC. THIS IS A NEW TASK ORDER TO OBLIGATE FUNDING FOR HOUSING AND SAFEGUARDING ILLEGAL ALIENS IN SUPPORT OF ENFORCEMENT AND REMOVAL OPERATIONS (ERO) AT KROME SERVICE PROCESSING CENTER IN MIAMI, FL
Who is the contractor on this award?
The obligated recipient is AKIMA INFRASTRUCTURE PROTECTION 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 $71.1 million.
What is the period of performance?
Start: 2025-09-01. End: 2026-08-31.
What is the historical spending pattern for housing and safeguarding illegal aliens at the Krome Service Processing Center?
Historical spending data for the Krome Service Processing Center is not provided in the current data. To assess historical patterns, one would need to examine past contracts awarded for similar services at this specific facility or for ICE operations in the Miami region. Analyzing trends in contract values, durations, and service providers over several fiscal years would reveal whether this $71 million award represents an increase, decrease, or consistent level of spending. Understanding these patterns is crucial for identifying potential cost efficiencies, shifts in operational needs, or changes in contracting strategies employed by ICE.
How does the per-day cost of this contract compare to similar federal detention or processing center contracts?
The per-day cost for this contract is approximately $195,325 ($71,098,380.76 / 364 days). Benchmarking this figure requires access to data on comparable contracts for detention facility support, security, and housing services at other federal facilities, such as those managed by ICE, Federal Bureau of Prisons (BOP), or U.S. Marshals Service. Without direct comparisons, it is difficult to definitively state if this cost is high or low. Factors influencing cost include the level of security required, the number of individuals housed, the scope of services (e.g., medical, food, transportation), and the geographic location impacting labor rates. A detailed analysis would involve comparing contracts with similar service scopes and operational environments.
What specific services are included under 'housing and safeguarding illegal aliens' in this contract?
The contract specifies 'HOUSING AND SAFEGUARDING ILLEGAL ALIENS IN SUPPORT OF ENFORCEMENT AND REMOVAL OPERATIONS (ERO)'. While the primary NAICS code is '561612 - Security Guards and Patrol Services', the description implies a broader scope than just guard services. This likely includes physical security of the facility, monitoring of individuals within the center, potentially access control, perimeter security, and ensuring the safety and well-being of detainees within the operational framework of ERO. It may also encompass aspects of facility management related to maintaining a secure environment. The exact deliverables would be detailed in the Performance Work Statement (PWS) of the contract.
What are the implications of the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type for price and competition?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' (FOUCAES) award type suggests that the government initially intended to solicit offers from all responsible sources but subsequently excluded certain potential offerors. The reasons for exclusion are not specified but could be due to pre-award determinations, specific technical requirements, or other factors. This approach limits the competitive pool compared to a standard full and open competition. While it aims to ensure that the remaining sources meet specific criteria, it can potentially lead to fewer bids and less aggressive pricing. Taxpayers may not benefit from the full spectrum of competitive pressure that could drive down costs, although the government still seeks the best value among the eligible bidders.
What is Akima Infrastructure Protection LLC's track record with similar federal contracts?
Akima Infrastructure Protection LLC is part of Akima LLC, a company with a significant portfolio of federal contracts, particularly in areas of infrastructure, security, and support services. They have a history of performing services for various government agencies, including defense and homeland security. To assess their track record specifically for detention facility support or large-scale security operations, a review of their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) and contract history would be necessary. Their experience with similar complex security and facility management contracts suggests they possess the capability to execute this award, but specific performance metrics on past projects would provide a clearer picture of their reliability and value.
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
Solicitation ID: 70CDCR24R00000008
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2553 DULLES VIEW DR, HERNDON, VA, 20171
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $102,372,697
Exercised Options: $102,372,697
Current Obligation: $71,098,381
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 70CDCR24D00000009
IDV Type: IDC
Timeline
Start Date: 2025-09-01
Current End Date: 2026-08-31
Potential End Date: 2026-08-31 00:00:00
Last Modified: 2026-03-09
More Contracts from Akima Infrastructure Protection LLC
- THE Purpose of This Task Order IS to Provide Detention Services AT Krome SPC — $62.8M (Department of Homeland Security)
- Port Isabel Service Processing Center Support — $46.6M (Department of Homeland Security)
- Port Isabel Service Processing Center Guard, Food and Local Transportation Award - FY24 Task Order — $45.1M (Department of Homeland Security)
- Port Isabel Service Processing Center Guard, Food and Local Transportation Award - FY22 Task Order — $34.8M (Department of Homeland Security)
- This Contract Provides Detention and Transportation Support Services AT the Port Isabel Detention Center — $24.5M (Department of Homeland Security)
View all Akima Infrastructure Protection 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)