DHS awarded $33.8M for facilities support services to B.I. INCORPORATED under ISAP II
Contract Overview
Contract Amount: $33,817,880 ($33.8M)
Contractor: B.I. Incorporated
Awarding Agency: Department of Homeland Security
Start Date: 2009-07-20
End Date: 2010-11-05
Contract Duration: 473 days
Daily Burn Rate: $71.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ISAP II - ANNUAL TASK ORDER - BASE YEAR SERVICES (07/20/2009 - 07/19/2010) - CONTRACT HSCECR-09-D-00002
Place of Performance
Location: BOULDER, BOULDER County, COLORADO, 80301
State: Colorado Government Spending
Plain-Language Summary
Department of Homeland Security obligated $33.8 million to B.I. INCORPORATED for work described as: ISAP II - ANNUAL TASK ORDER - BASE YEAR SERVICES (07/20/2009 - 07/19/2010) - CONTRACT HSCECR-09-D-00002 Key points: 1. The contract represents a significant investment in facilities support services for U.S. Immigration and Customs Enforcement. 2. Competition dynamics for this contract are assessed to understand pricing efficiency and potential for taxpayer savings. 3. Risk indicators are evaluated based on contractor performance history and the nature of the services provided. 4. Performance context is established by comparing this award to similar contracts within the federal government. 5. The sector positioning of facilities support services is analyzed within the broader context of government contracting. 6. The firm-fixed-price contract type suggests a defined scope and potential for cost predictability.
Value Assessment
Rating: fair
The awarded amount of $33.8 million for the base year of services appears substantial. Benchmarking against similar facilities support contracts is crucial to determine if this represents good value for money. Without direct comparisons or detailed cost breakdowns, it's difficult to definitively assess the pricing efficiency. The contract's duration and the specific services rendered will heavily influence the perceived value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to submit proposals. This competitive process is generally expected to drive down prices and ensure that the government receives the best value. The number of bidders and the specific evaluation criteria would provide further insight into the strength of the competition.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it fosters a competitive environment, which typically leads to more favorable pricing and a wider range of innovative solutions.
Public Impact
The primary beneficiaries of this contract are U.S. Immigration and Customs Enforcement (ICE) and the Department of Homeland Security (DHS), who receive essential facilities support services. Services delivered likely include maintenance, repair, operations, and potentially security for ICE facilities. The geographic impact is concentrated where ICE operates facilities, potentially across multiple states or regions within the U.S. Workforce implications may include direct employment by B.I. INCORPORATED and its subcontractors, as well as indirect impacts on government personnel managing the contract.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if the scope of work expands beyond the initial fixed-price agreement.
- Dependence on a single contractor for critical facilities operations could pose a risk if performance issues arise.
- Ensuring consistent service quality across all supported facilities requires robust oversight.
Positive Signals
- The firm-fixed-price contract type provides cost certainty for the government.
- Awarding under full and open competition suggests a robust selection process and potential for competitive pricing.
- The contract is part of the larger ISAP II program, which may indicate established processes and infrastructure.
Sector Analysis
Facilities Support Services is a broad category within government contracting, encompassing a wide range of services necessary for the operation and maintenance of government buildings and infrastructure. This sector is characterized by a mix of large, established service providers and smaller, specialized firms. Spending in this area is often driven by the operational needs of agencies like DHS, which manage extensive real estate portfolios. Comparable spending benchmarks would typically look at per-square-foot maintenance costs or total contract values for similar agency portfolios.
Small Business Impact
The data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, B.I. INCORPORATED, is likely a larger entity. While there are no explicit small business set-aside requirements mentioned, large prime contractors are often encouraged or required to subcontract a portion of the work to small businesses. The extent to which B.I. INCORPORATED engages small businesses for subcontracting will impact the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Homeland Security, specifically U.S. Immigration and Customs Enforcement. Mechanisms likely include contract performance reviews, regular reporting requirements from the contractor, and potentially site inspections. Accountability measures would be tied to the terms of the firm-fixed-price contract, with penalties or remedies for non-performance. Transparency would be facilitated through contract award databases and public reporting, though detailed operational performance data may be less accessible.
Related Government Programs
- ISAP II Program
- Department of Homeland Security Facilities Management
- Immigration and Customs Enforcement Operations Support
- Federal Facilities Maintenance Contracts
Risk Flags
- Potential for cost overruns if scope is not well-defined.
- Contractor performance risk over the contract duration.
- Dependency on a single provider for critical services.
Tags
facilities-support-services, department-of-homeland-security, u-s-immigration-and-customs-enforcement, firm-fixed-price, full-and-open-competition, base-year, delivery-order, information-technology-services, large-contract, federal-agency, contractor-performance, cost-analysis
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $33.8 million to B.I. INCORPORATED. ISAP II - ANNUAL TASK ORDER - BASE YEAR SERVICES (07/20/2009 - 07/19/2010) - CONTRACT HSCECR-09-D-00002
Who is the contractor on this award?
The obligated recipient is B.I. INCORPORATED.
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 $33.8 million.
What is the period of performance?
Start: 2009-07-20. End: 2010-11-05.
What is the track record of B.I. INCORPORATED in performing similar federal contracts, particularly within DHS or ICE?
Assessing the track record of B.I. INCORPORATED is crucial for understanding their capability to deliver on this $33.8 million facilities support contract. A review of past performance evaluations, any documented disputes or contract terminations, and the successful completion of prior government contracts, especially those of similar scope and value, would provide significant insight. Specifically, looking at their history with DHS and ICE would highlight their familiarity with the agency's unique operational requirements and security protocols. Positive past performance would indicate a lower risk of delivery issues, while a history of performance problems could signal potential challenges ahead for this contract.
How does the awarded price of $33.8 million compare to industry benchmarks for facilities support services of this scale?
To evaluate the value for money, the awarded price of $33.8 million needs to be benchmarked against industry standards for facilities support services. This comparison should consider the specific services included (e.g., maintenance, janitorial, security, repairs), the square footage of the facilities supported, and the geographic locations. Data from industry reports, cost analysis of similar government contracts, and pricing from commercial service providers can be used. If the awarded price is significantly higher than benchmarks, it could indicate potential overpricing or a less competitive bidding process. Conversely, a price below benchmarks might suggest aggressive pricing or a scope that is less comprehensive than initially perceived.
What are the primary risk indicators associated with this contract, considering its duration and service type?
Key risk indicators for this contract include the potential for scope creep, especially if the initial requirements are not precisely defined within the firm-fixed-price structure. The duration of the contract (473 days, including extensions) also presents risks related to contractor performance degradation over time and the need for sustained oversight. The nature of facilities support services, which are often critical for daily operations, means that any disruption due to contractor failure could have significant operational impacts on ICE. Furthermore, reliance on a single contractor for essential services introduces a dependency risk. Evaluating the contractor's financial stability and their capacity to manage a contract of this magnitude is also important.
How effective has the 'full and open competition' process been in ensuring competitive pricing for this contract?
The effectiveness of the 'full and open competition' award for this $33.8 million contract hinges on the number of bids received and the resulting price. While the award method suggests a competitive environment was intended, the actual level of competition needs further examination. If only a few bids were submitted, or if the winning bid was significantly higher than anticipated, the competition may not have been as robust as desired. Analyzing the bid protest history, if any, and comparing the awarded price to pre-negotiated government estimates or independent cost analyses would reveal how well the competition translated into taxpayer savings. A truly effective competition should yield multiple strong proposals and a price that reflects market value.
What is the historical spending pattern for facilities support services by U.S. Immigration and Customs Enforcement?
Understanding the historical spending patterns for facilities support services by U.S. Immigration and Customs Enforcement (ICE) provides crucial context for this $33.8 million award. Examining previous contracts for similar services, their values, durations, and the contractors involved can reveal trends in spending, potential increases or decreases in costs over time, and the typical competitive landscape. For instance, has ICE consistently awarded large contracts for facilities support, or is this a new approach? Are the same contractors frequently awarded these types of contracts, suggesting limited competition or strong incumbent performance? Analyzing this history helps determine if current spending is an anomaly or part of a consistent pattern, and whether costs are escalating.
What are the implications of the 'FIRM FIXED PRICE' contract type on cost control and potential for change orders?
The 'FIRM FIXED PRICE' (FFP) contract type is designed to provide cost certainty for the government. Under an FFP agreement, the contractor assumes the primary risk for cost overruns, and the government pays a set price for the agreed-upon scope of work. This structure incentivizes the contractor to manage costs efficiently. However, it also means that any changes to the scope of work typically require formal change orders, which can be costly and time-consuming to negotiate. The effectiveness of this FFP contract relies heavily on a well-defined Statement of Work (SOW) at the outset. If the SOW is ambiguous or incomplete, it can lead to disputes and numerous change orders, potentially negating the cost-control benefits of the FFP structure.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSCECR-09-R-00004
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: THE GEO Group, Inc. (UEI: 612706465)
Address: 6400 LOOKOUT RD STE 101, BOULDER, CO, 80301
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $33,817,880
Exercised Options: $33,817,880
Current Obligation: $33,817,880
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSCECR09D00002
IDV Type: IDC
Timeline
Start Date: 2009-07-20
Current End Date: 2010-11-05
Potential End Date: 2015-11-28 00:00:00
Last Modified: 2017-07-29
More Contracts from B.I. Incorporated
- Intensive Supervision Appearance Program (isap IV) — $440.3M (Department of Homeland Security)
- Intensive Supervision Appearance Program (isap IV) — $300.4M (Department of Homeland Security)
- Intensive Supervision Appearance Program (isap IV) — $286.1M (Department of Homeland Security)
- Intensive Supervision Appearance Program (isap IV) — $270.6M (Department of Homeland Security)
- Isap III Alternatives to Detention Task Order — $162.2M (Department of Homeland Security)
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)