DHS Awards $21.45M Task Order for Migrant Services at Guantanamo Bay to Akima Infrastructure Protection LLC

Contract Overview

Contract Amount: $21,450,904 ($21.5M)

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: $58.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THIS IS A TASK ORDER FOR GUARD, TRANSPORTATION AND OTHER MIGRANT OPERATION SERVICES WITHIN THE NAVAL STATION GUANTANAMO BAY (NSGB)CUBA

Plain-Language Summary

Department of Homeland Security obligated $21.5 million to AKIMA INFRASTRUCTURE PROTECTION LLC for work described as: THIS IS A TASK ORDER FOR GUARD, TRANSPORTATION AND OTHER MIGRANT OPERATION SERVICES WITHIN THE NAVAL STATION GUANTANAMO BAY (NSGB)CUBA Key points: 1. Significant contract value for essential migrant support services. 2. Competition method indicates potential for price discovery, but exclusion of sources warrants scrutiny. 3. Risk of service disruption or cost overruns due to operational complexity at Guantanamo Bay. 4. Sector focus on security and support services for immigration operations.

Value Assessment

Rating: fair

The contract value of $21.45M for a 364-day period appears reasonable given the specialized nature of services required at a remote location like Guantanamo Bay. Benchmarking against similar contracts for security and migrant support services is difficult without more granular data.

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 initial competition. This method may impact price discovery by restricting the pool of potential bidders, potentially leading to higher costs than a truly open competition.

Taxpayer Impact: Taxpayer funds are being used for essential migrant support services. The limited competition raises questions about whether the most cost-effective solution was secured.

Public Impact

Ensures continued provision of vital services for migrant operations at a critical U.S. facility. Supports operational readiness and security at Naval Station Guantanamo Bay. Impacts the management and welfare of migrants processed through the facility.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the security and support services sector, specifically related to immigration and border management. Spending in this area can fluctuate based on geopolitical events and policy changes. Benchmarks for similar services at overseas installations are scarce.

Small Business Impact

The contract was awarded to Akima Infrastructure Protection LLC, a large business. There is no indication that small businesses were subcontracted for this specific task order, which could be an area for improvement in future solicitations.

Oversight & Accountability

The Department of Homeland Security, through U.S. Immigration and Customs Enforcement, is responsible for overseeing this task order. Robust oversight will be crucial to ensure service delivery meets requirements and taxpayer funds are used efficiently, especially given the remote location.

Related Government Programs

Risk Flags

Tags

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

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $21.5 million to AKIMA INFRASTRUCTURE PROTECTION LLC. THIS IS A TASK ORDER FOR GUARD, TRANSPORTATION AND OTHER MIGRANT OPERATION SERVICES WITHIN THE NAVAL STATION GUANTANAMO BAY (NSGB)CUBA

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 $21.5 million.

What is the period of performance?

Start: 2025-09-01. End: 2026-08-31.

What specific services are included under 'GUARD, TRANSPORTATION AND OTHER MIGRANT OPERATION SERVICES' to justify the $21.45M cost?

The provided data lacks specific service details. However, such services typically encompass physical security, transportation of personnel and resources, logistical support, and potentially basic welfare provisions for migrants. The high cost suggests a comprehensive scope of operations, potentially including 24/7 staffing, specialized equipment, and management of complex logistical chains in a challenging environment.

How did the 'exclusion of sources' in the competition process impact the final price compared to a fully open bid?

Excluding sources inherently limits the competitive landscape. If only a few pre-selected vendors were allowed to bid, the government may not have benefited from the lowest possible price achievable through broad market participation. The final price could be higher than if all qualified vendors had the opportunity to compete, necessitating strong justification for the exclusion.

What are the key performance indicators (KPIs) and oversight mechanisms in place to ensure the effectiveness and efficiency of these migrant services?

The data does not specify KPIs or oversight mechanisms. Effective oversight would typically involve regular performance reviews, site inspections, adherence to service level agreements, and clear reporting structures. Robust KPIs would measure response times, service quality, cost control, and compliance with all relevant regulations and ethical standards for migrant welfare.

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: 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: $32,677,721

Exercised Options: $32,677,721

Current Obligation: $21,450,904

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR24D00000008

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: 2026-03-19

More Contracts from Akima Infrastructure Protection LLC

View all Akima Infrastructure Protection LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending