DHS Awards $349K for Boxed Meals to ICE Facility in Broadview, IL
Contract Overview
Contract Amount: $349,000 ($349.0K)
Contractor: Rockwell American Services, Ltd.
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-08
End Date: 2026-10-06
Contract Duration: 302 days
Daily Burn Rate: $1.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS AWARD IS TO PROCURE BOXED MEALS FOR DETAINEES AT AN ICE FACILITY LOCATED IN BROADVIEW, IL SUPPORTING ICE- OFFICE OF ASSETS AND FACILITIES MANAGEMENT.
Place of Performance
Location: BROADVIEW, COOK County, ILLINOIS, 60155
State: Illinois Government Spending
Plain-Language Summary
Department of Homeland Security obligated $349,000 to ROCKWELL AMERICAN SERVICES, LTD. for work described as: THE PURPOSE OF THIS AWARD IS TO PROCURE BOXED MEALS FOR DETAINEES AT AN ICE FACILITY LOCATED IN BROADVIEW, IL SUPPORTING ICE- OFFICE OF ASSETS AND FACILITIES MANAGEMENT. Key points: 1. Procurement of boxed meals for ICE detainees. 2. Contract awarded to Rockwell American Services, Ltd. 3. Supports ICE's Office of Assets and Facilities Management. 4. Duration of 302 days. 5. Firm Fixed Price contract type.
Value Assessment
Rating: fair
The contract value of $349,000 for boxed meals over approximately 10 months appears reasonable for supporting a detention facility. Benchmarking against similar food service contracts for government facilities would provide a clearer assessment of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process. This method is generally expected to yield fair market prices, though specific pricing details are not provided.
Taxpayer Impact: Taxpayer funds are being used to provide essential services (meals) to detainees, which is a necessary government function. The cost appears aligned with the scope of services.
Public Impact
Ensures basic needs are met for detainees. Supports the operational requirements of ICE facilities. Funds allocated for essential services within the Department of Homeland Security.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed cost breakdown.
- Potential for price fluctuations in food costs.
- Dependence on a single vendor for a critical service.
Positive Signals
- Awarded through full and open competition.
- Clear purpose and defined service period.
- Supports a critical government function.
Sector Analysis
This procurement falls under general support services for government facilities. Spending on food services for detention centers is a standard operational cost for agencies like ICE, with benchmarks varying based on facility size and location.
Small Business Impact
The data indicates that the awardee, Rockwell American Services, Ltd., is not a small business. There is no specific information provided regarding set-asides for small businesses in this particular procurement.
Oversight & Accountability
The award is a delivery order under a larger contract, implying some level of pre-qualification. Oversight would typically involve monitoring service delivery and adherence to contract terms by ICE.
Related Government Programs
- Process, Physical Distribution, and Logistics Consulting Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Lack of detailed cost breakdown.
- No information on per-meal cost.
- Limited insight into quality control mechanisms.
- Potential for price volatility in food supplies.
Tags
process-physical-distribution-and-logist, department-of-homeland-security, il, delivery-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $349,000 to ROCKWELL AMERICAN SERVICES, LTD.. THE PURPOSE OF THIS AWARD IS TO PROCURE BOXED MEALS FOR DETAINEES AT AN ICE FACILITY LOCATED IN BROADVIEW, IL SUPPORTING ICE- OFFICE OF ASSETS AND FACILITIES MANAGEMENT.
Who is the contractor on this award?
The obligated recipient is ROCKWELL AMERICAN SERVICES, LTD..
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 $349,000.
What is the period of performance?
Start: 2025-12-08. End: 2026-10-06.
What is the average cost per meal provided under this contract, and how does it compare to industry standards for similar institutional food services?
The provided data does not include the number of meals or the cost per meal, making a direct comparison to industry standards impossible. To assess value, the total contract amount ($349,000) would need to be divided by the estimated number of meals served over the contract period (approximately 302 days). This figure could then be benchmarked against per-meal costs for similar government or institutional food service contracts.
What specific quality control measures are in place to ensure the nutritional value and safety of the boxed meals provided to detainees?
The contract details do not specify the quality control measures for the boxed meals. Typically, such contracts would require adherence to specific nutritional guidelines and food safety standards set by the contracting agency (ICE). The agency's quality assurance personnel would be responsible for monitoring compliance through inspections and potentially reviewing vendor quality control plans.
How does the pricing of this contract reflect the competitive landscape for providing boxed meals to government facilities in the Illinois region?
The contract was awarded under 'full and open competition,' suggesting that multiple vendors had the opportunity to bid. While this implies competitive pricing, the specific benchmark is not provided. The final price is a result of the bidding process, but without knowing the number of bids received or the pricing of competing offers, it's difficult to definitively state how competitive the final price is relative to the regional market.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Process, Physical Distribution, and Logistics Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10849 NW QUAIL RD, TERREBONNE, OR, 97760
Business Categories: Category Business, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $349,000
Exercised Options: $349,000
Current Obligation: $349,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QRAA24D001L
IDV Type: FSS
Timeline
Start Date: 2025-12-08
Current End Date: 2026-10-06
Potential End Date: 2026-10-06 00:00:00
Last Modified: 2026-04-03
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)