DHS Awards $57.1M for El Paso Detention Transport Services to Paragon Professional Services LLC

Contract Overview

Contract Amount: $57,131,182 ($57.1M)

Contractor: Paragon Professional Services LLC

Awarding Agency: Department of Homeland Security

Start Date: 2025-09-30

End Date: 2026-07-31

Contract Duration: 304 days

Daily Burn Rate: $187.9K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: 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.

Place of Performance

Location: ANCHORAGE, ANCHORAGE County, ALASKA, 99503

State: Alaska Government Spending

Plain-Language Summary

Department of Homeland Security obligated $57.1 million to PARAGON PROFESSIONAL SERVICES LLC for work described as: 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. Key points: 1. Contract awarded for essential detention and transportation services at El Paso Service Processing Center. 2. Significant funding increase via modification for ongoing services. 3. Limited competition due to the nature of task orders for ongoing services. 4. Sector focus on security services, specifically guards and patrol.

Value Assessment

Rating: fair

The contract value of $57.1M for a 304-day duration appears high for security guard and patrol services. Benchmarking against similar contracts for detention and transportation services is crucial to assess value.

Cost Per Unit: $187,932 per unit (likely annual or contract-level, needs clarification)

Competition Analysis

Competition Level: limited

The contract was not available for competition, suggesting a limited or sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers.

Taxpayer Impact: The high contract value without competitive bidding raises concerns about taxpayer value and potential for cost overruns.

Public Impact

Ensures continued operation of critical immigration processing facilities. Impacts individuals in U.S. immigration custody requiring transportation. Supports federal agency's mission in border security and immigration enforcement.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Security Guards and Patrol Services (NAICS 561612) sector. Spending in this sector is often driven by government needs for facility protection and personnel transport, with significant variation based on contract scope and duration.

Small Business Impact

The data does not indicate whether small businesses were involved in subcontracting opportunities for this contract. Further analysis is needed to determine small business participation.

Oversight & Accountability

Oversight is critical to ensure the contractor meets service level agreements and that funds are used efficiently. The modification process warrants scrutiny to confirm necessity and fair pricing.

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 $57.1 million to PARAGON PROFESSIONAL SERVICES LLC. 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.

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 $57.1 million.

What is the period of performance?

Start: 2025-09-30. End: 2026-07-31.

What is the specific breakdown of services included in the $57.1M task order, and how does this justify the cost?

The provided data lacks a detailed breakdown of services. A thorough review of the task order's statement of work is necessary to understand the scope, including personnel, equipment, and operational requirements. This will help determine if the $57.1M allocation is justified by the specific services rendered and if it aligns with industry standards for similar operations.

What are the risks associated with a limited competition award for essential detention and transportation services?

Limited competition increases the risk of inflated pricing, reduced service quality, and a lack of innovation. Without competitive pressure, the contractor may have less incentive to optimize costs or improve efficiency. Furthermore, it limits the government's ability to secure the best value, potentially leading to taxpayer funds being used less effectively.

How effectively does this contract support the U.S. Immigration and Customs Enforcement's mission at the El Paso Service Processing Center?

While the contract ensures the provision of essential detention and transportation services, its effectiveness hinges on the contractor's performance and the overall efficiency of the service delivery. The high cost and limited competition raise questions about optimal resource allocation. Continued monitoring of service quality and cost-effectiveness is crucial to gauge its true contribution to ICE's mission.

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: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

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, 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: $57,131,182

Exercised Options: $57,131,182

Current Obligation: $57,131,182

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR22D00000012

IDV Type: IDC

Timeline

Start Date: 2025-09-30

Current End Date: 2026-07-31

Potential End Date: 2026-07-31 00:00:00

Last Modified: 2026-04-06

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