DHS awards $24.5M contract for detention and transportation services at Port Isabel Detention Center
Contract Overview
Contract Amount: $24,538,402 ($24.5M)
Contractor: Akima Infrastructure Protection LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-01
End Date: 2026-05-31
Contract Duration: 181 days
Daily Burn Rate: $135.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS CONTRACT PROVIDES DETENTION AND TRANSPORTATION SUPPORT SERVICES AT THE PORT ISABEL DETENTION CENTER.
Place of Performance
Location: LOS FRESNOS, CAMERON County, TEXAS, 78566
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $24.5 million to AKIMA INFRASTRUCTURE PROTECTION LLC for work described as: THIS CONTRACT PROVIDES DETENTION AND TRANSPORTATION SUPPORT SERVICES AT THE PORT ISABEL DETENTION CENTER. Key points: 1. Contract focuses on essential security and logistical support for immigration operations. 2. The contract was awarded through full and open competition, suggesting a competitive bidding process. 3. Performance period spans 18 months, indicating a medium-term operational requirement. 4. The fixed-price contract type aims to control costs for the government. 5. Services are geographically concentrated in Texas, supporting a specific regional need.
Value Assessment
Rating: good
The contract value of $24.5 million over 18 months for detention and transportation support services appears reasonable given the scope. Benchmarking against similar contracts for detention facility operations and inmate transportation is crucial for a definitive value assessment. The firm fixed-price structure provides cost certainty for the Department of Homeland Security, mitigating risks associated with fluctuating operational expenses. However, without specific performance metrics or detailed service breakdowns, a precise value-for-money evaluation is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'full and open competition after exclusion of sources,' indicating that while the competition was broad, specific circumstances led to the exclusion of certain potential bidders. The number of bidders is not specified, but the 'full and open' designation generally implies multiple interested parties were considered. This level of competition is expected to drive competitive pricing and ensure the government receives a fair market value for the services.
Taxpayer Impact: A competitive award process helps ensure taxpayer dollars are used efficiently by fostering a market where contractors must offer their best pricing and service to win the contract.
Public Impact
The primary beneficiaries are U.S. Immigration and Customs Enforcement (ICE) and the Department of Homeland Security (DHS), receiving critical support for detention and transportation operations. Services delivered include detention support and transportation, essential for managing individuals within the immigration system. The geographic impact is localized to the Port Isabel Detention Center in Texas. Workforce implications include job creation for security, transportation, and support staff in the region.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if scope creep occurs, despite fixed-price structure.
- Dependence on contractor performance for critical security and logistical functions.
- Ensuring consistent service quality across the 18-month performance period.
- Managing contractor compliance with all relevant regulations and standards.
Positive Signals
- Firm fixed-price contract provides cost predictability.
- Full and open competition suggests a robust selection process.
- Contract duration of 18 months allows for stable service provision.
- Clear geographic focus on a specific operational need.
Sector Analysis
This contract falls within the broader security and support services sector, specifically catering to government needs in immigration enforcement. The market for detention and transportation services is specialized, often involving companies with expertise in logistics, security, and compliance with federal regulations. Comparable spending benchmarks would involve analyzing other DHS or ICE contracts for similar services at detention facilities nationwide, considering factors like facility size, inmate population, and service complexity.
Small Business Impact
The provided data does not indicate if this contract included small business set-asides or subcontracting requirements. Analysis of small business participation would require further investigation into the contract's specific clauses and the contractor's subcontracting plan. Without this information, the direct impact on the small business ecosystem remains unclear, though large contracts can sometimes create opportunities for smaller firms as subcontractors.
Oversight & Accountability
Oversight for this contract would primarily fall under the U.S. Immigration and Customs Enforcement (ICE) contracting officers and program managers. Accountability measures are typically embedded within the contract terms, including performance standards, reporting requirements, and potential penalties for non-compliance. Transparency is facilitated through contract award databases, but detailed operational oversight specifics are usually internal to the agency.
Related Government Programs
- Immigration and Customs Enforcement Operations Support
- Detention Facility Management Services
- Federal Law Enforcement Support Contracts
- Transportation and Logistics Services for Government Agencies
Risk Flags
- Contract performance risk
- Service continuity risk
- Regulatory compliance risk
Tags
dhs, ice, detention-services, transportation-services, firm-fixed-price, full-and-open-competition, texas, security-guards-and-patrol-services, port-isabel, immigration-enforcement
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $24.5 million to AKIMA INFRASTRUCTURE PROTECTION LLC. THIS CONTRACT PROVIDES DETENTION AND TRANSPORTATION SUPPORT SERVICES AT THE PORT ISABEL DETENTION CENTER.
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 $24.5 million.
What is the period of performance?
Start: 2025-12-01. End: 2026-05-31.
What is the track record of Akima Infrastructure Protection LLC in providing similar detention and transportation support services to federal agencies?
Akima Infrastructure Protection LLC, a subsidiary of Akima LLC, has a history of providing a range of services to government clients, including security, logistics, and base operations support. While specific details on their performance for detention and transportation services at the Port Isabel Detention Center require a deep dive into past performance reviews and contract histories, the parent company has experience in complex government contracting environments. A thorough review would involve examining past contract awards, performance evaluations (e.g., CPARS), and any documented disputes or challenges related to similar service contracts. Understanding their experience with the specific requirements of immigration detention and transportation, including compliance with relevant regulations and security protocols, is crucial for assessing their capability to fulfill this contract effectively.
How does the awarded amount of $24.5 million compare to historical spending on similar services at the Port Isabel Detention Center or comparable facilities?
To assess the $24.5 million award, a comparison with historical spending at the Port Isabel Detention Center and similar facilities is necessary. This involves analyzing past contracts for detention and transportation support services, considering the duration, scope, and inflation-adjusted costs. For instance, if previous contracts for similar services at this facility or comparable ICE detention centers averaged a similar annual value, the current award might be considered within historical norms. Conversely, a significant deviation could warrant further investigation into the reasons, such as increased service requirements, market rate fluctuations, or changes in operational scope. Without access to historical contract data for this specific location or comparable facilities, it is difficult to definitively benchmark the current award against past expenditures.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract, and how will contractor performance be measured?
The specific Key Performance Indicators (KPIs) and Service Level Agreements (SLAs) for this contract are not detailed in the provided summary data. However, typical KPIs for detention and transportation support services often include metrics related to response times for transportation requests, successful and timely transport of individuals, adherence to security protocols during transport and detention, facility maintenance standards, and incident reporting accuracy. Contractor performance is generally measured through formal evaluations, such as Contractor Performance Assessment Reporting System (CPARS) reports, which are completed by the government's contracting officer's representative (COR). These evaluations assess the contractor's adherence to contractual requirements, quality of service, timeliness, and overall performance, influencing future contract awards.
What are the potential risks associated with relying on a single contractor for essential detention and transportation services at a major immigration facility?
Relying on a single contractor for essential detention and transportation services presents several potential risks. Foremost is the risk of service disruption due to contractor performance issues, financial instability, labor disputes, or unforeseen events. A sole reliance can also reduce leverage in price negotiations for future contract renewals or modifications, potentially leading to higher costs over time. Furthermore, if the contractor fails to meet performance standards or comply with regulations, the government may face challenges in quickly transitioning services to another provider, potentially impacting operational continuity and the welfare of individuals in custody. Robust oversight, clear performance expectations, and contingency planning are critical to mitigating these risks.
What is the estimated total cost of ownership for this contract, considering potential modifications, option periods, and associated government oversight costs?
The provided data reflects the base award amount of $24,538,402 for the initial 18-month period. The total cost of ownership would encompass this base amount plus any exercised option periods (if applicable and not yet defined), potential contract modifications (e.g., for scope changes or economic price adjustments), and indirect government costs associated with contract administration, oversight, and quality assurance. Without information on potential options or the likelihood of modifications, estimating the full lifecycle cost is speculative. However, the firm fixed-price nature of the base contract provides a degree of cost certainty for the defined period, but agencies must budget for potential future adjustments and ongoing oversight expenses.
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: 70CDCR21R00000007
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2553 DULLES VIEW DR STE 700, 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: $24,538,402
Exercised Options: $24,538,402
Current Obligation: $24,538,402
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CDCR22D00000002
IDV Type: IDC
Timeline
Start Date: 2025-12-01
Current End Date: 2026-05-31
Potential End Date: 2026-05-31 00:00:00
Last Modified: 2026-03-05
More Contracts from 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 — $71.1M (Department of Homeland Security)
- 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)
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)