DHS awarded $21.6M for repatriation flights, with CSI Aviation Inc. securing the contract

Contract Overview

Contract Amount: $21,657,416 ($21.7M)

Contractor: CSI Aviation, Inc

Awarding Agency: Department of Homeland Security

Start Date: 2008-09-18

End Date: 2009-09-15

Contract Duration: 362 days

Daily Burn Rate: $59.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: NOT REPORTED

Sector: Other

Official Description: BPA CALL #24 FOR A SAN ANTONIO, TX TO LONG RANGE INTERNATIONAL/CENTRAL AMERICA/SOUTH AMERICA/CARIBBEAN AND DOMESTIC DESTINATIONS REPATRIATION CHARTER FLIGHTS

Place of Performance

Location: SAN ANTONIO, BEXAR County, TEXAS, 78207

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $21.7 million to CSI AVIATION, INC for work described as: BPA CALL #24 FOR A SAN ANTONIO, TX TO LONG RANGE INTERNATIONAL/CENTRAL AMERICA/SOUTH AMERICA/CARIBBEAN AND DOMESTIC DESTINATIONS REPATRIATION CHARTER FLIGHTS Key points: 1. The contract value represents a significant investment in repatriation services. 2. Competition dynamics for this type of specialized air charter service warrant further examination. 3. The duration of the contract (362 days) suggests a sustained need for these services. 4. Performance context is crucial to understand the effectiveness of these repatriation flights. 5. This contract falls within the broader category of transportation and logistics services for federal agencies.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging without more specific performance data and comparable contract details. The awarded amount of $21.6 million for a 362-day period suggests a substantial operational cost. However, without knowing the number of flights, destinations, or passenger capacity, a direct comparison to market rates or similar contracts is difficult. The contract's value needs to be assessed against the operational efficiency and effectiveness of the repatriation services provided.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the competition was open, specific sources may have been excluded based on pre-defined criteria. The number of bidders is not explicitly stated, but the nature of the award suggests a competitive process was undertaken. This level of competition, even with exclusions, should theoretically lead to better price discovery and value for the government.

Taxpayer Impact: A competitive award process, even with exclusions, aims to ensure that taxpayer funds are used efficiently by encouraging multiple vendors to offer their best pricing and service.

Public Impact

The primary beneficiaries are individuals requiring repatriation services facilitated by U.S. Immigration and Customs Enforcement. The services delivered are charter flights for repatriation to various international and domestic destinations. The geographic impact covers Central America, South America, the Caribbean, and domestic destinations. Workforce implications are likely related to the operational and logistical support required for these flights, potentially involving airline staff, ground crews, and support personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Air Transportation industry, specifically focusing on non-scheduled chartered passenger air transportation. The market for government air charter services is specialized, often requiring specific certifications, security clearances, and operational capabilities. Comparable spending benchmarks would involve analyzing other government contracts for similar repatriation or transportation services, considering factors like route, aircraft type, and service level.

Small Business Impact

The provided data does not indicate any specific small business set-asides or subcontracting requirements for this contract. Therefore, the direct impact on the small business ecosystem is not evident from this award alone. Further analysis would be needed to determine if small businesses were involved as subcontractors or if the prime contractor has a history of engaging with small businesses.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the U.S. Immigration and Customs Enforcement (ICE) within the Department of Homeland Security. Accountability measures would be defined in the contract's terms and conditions, likely including performance standards, reporting requirements, and payment schedules. Transparency is generally facilitated through contract award databases, though detailed operational reports may be less public.

Related Government Programs

Risk Flags

Tags

transportation, air-charter, homeland-security, immigration-and-customs-enforcement, full-and-open-competition, non-scheduled-air-transportation, repatriation, international-flights, domestic-flights, texas-based-contractor

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $21.7 million to CSI AVIATION, INC. BPA CALL #24 FOR A SAN ANTONIO, TX TO LONG RANGE INTERNATIONAL/CENTRAL AMERICA/SOUTH AMERICA/CARIBBEAN AND DOMESTIC DESTINATIONS REPATRIATION CHARTER FLIGHTS

Who is the contractor on this award?

The obligated recipient is CSI AVIATION, INC.

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 $21.7 million.

What is the period of performance?

Start: 2008-09-18. End: 2009-09-15.

What was the specific justification for excluding certain sources in the 'Full and Open Competition After Exclusion of Sources' award?

The justification for excluding specific sources in a 'Full and Open Competition After Exclusion of Sources' award typically relates to unique capabilities, prior performance, specialized equipment, or security requirements that only a limited number of contractors can meet. For repatriation charter flights, this could involve specific aircraft configurations suitable for the passenger volume and duration, established routes and landing rights in sensitive regions, or demonstrated experience in handling the logistical and security complexities of repatriation operations. Without the specific contract documentation, the precise reasons remain unknown, but they are generally tied to ensuring mission success and national security interests.

How does the per-flight cost of these repatriation charters compare to commercial airfare or other government charter services?

Directly comparing the per-flight cost is difficult without knowing the exact number of flights, routes, aircraft utilized, and passenger loads for this $21.6 million contract. Commercial airfare is generally for individual bookings on scheduled flights and is not directly comparable to chartering entire aircraft for specific, often complex, international routes. Government charter services can vary widely in cost depending on mission requirements. To benchmark this contract, one would need to analyze the average cost per flight hour or per passenger mile for similar ICE or DHS repatriation contracts, considering factors like fuel, crew, landing fees, and overhead. The absence of this granular data prevents a definitive value-for-money assessment against alternatives.

What is CSI Aviation, Inc.'s track record with government contracts, particularly for repatriation or similar air charter services?

CSI Aviation, Inc. has a history of providing aviation services to government agencies. Their contract portfolio often includes charter flights for various purposes, including personnel transport and logistical support. For repatriation services specifically, their experience would be a key factor in their selection. A thorough review of their past performance on similar contracts, including on-time performance, safety records, and adherence to budget, would be necessary to fully assess their reliability and capability in executing this specific DHS contract. Information on past performance ratings and any disputes or contract terminations would provide further insight.

What were the primary performance metrics used to evaluate the success of this contract?

While the specific performance metrics are not detailed in the award data, typical key performance indicators (KPIs) for repatriation charter flight contracts would likely include: on-time departure and arrival rates, adherence to flight plans and routes, passenger safety and well-being during transit, successful delivery of passengers to designated destinations, aircraft airworthiness and maintenance standards, and compliance with all relevant aviation regulations and security protocols. The contracting agency, U.S. Immigration and Customs Enforcement, would have established specific targets for these metrics, and contractor performance would be monitored against them throughout the contract period.

How has DHS spending on repatriation charter flights trended over the past five years?

Analyzing DHS spending trends on repatriation charter flights requires access to historical contract databases and budget allocations. Without specific data, it's difficult to provide a precise trend. However, spending in this area is often influenced by immigration policies, geopolitical events, and international agreements. An increase in border encounters or shifts in repatriation agreements could lead to higher spending. Conversely, changes in policy or the development of alternative repatriation methods might decrease reliance on charter flights. A comprehensive analysis would involve aggregating data on all such contracts awarded by DHS agencies like ICE over several fiscal years.

Industry Classification

NAICS: Transportation and WarehousingNonscheduled Air TransportationNonscheduled Chartered Passenger Air Transportation

Product/Service Code: TRANSPORT, TRAVEL, RELOCATIONTRAVEL, LODGING, RECRUITMENT SVCS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: NOT REPORTED (NO)

Evaluated Preference: NONE

Contractor Details

Address: 3700 RIO GRANDE BLVD NW, ALBUQUERQUE, NM, 01

Business Categories: Category Business, Service Disabled Veteran Owned Business, Small Business, Veteran Owned Business

Parent Contract

Parent Award PIID: HSCEOP07A00041

IDV Type: BPA

Timeline

Start Date: 2008-09-18

Current End Date: 2009-09-15

Last Modified: 2009-09-17

More Contracts from CSI Aviation, Inc

View all CSI Aviation, Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending