DHS Spends $280M on Medical Staffing Support Services for ICE, Lacking Small Business Participation
Contract Overview
Contract Amount: $280,103,545 ($280.1M)
Contractor: Ingenesis Inc
Awarding Agency: Department of Homeland Security
Start Date: 2012-07-16
End Date: 2018-01-15
Contract Duration: 2,009 days
Daily Burn Rate: $139.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: IGF::CT::IGF MEDICAL STAFFING SUPPORT SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536
Plain-Language Summary
Department of Homeland Security obligated $280.1 million to INGENESIS INC for work described as: IGF::CT::IGF MEDICAL STAFFING SUPPORT SERVICES Key points: 1. Significant contract value of $280M over its life. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. No small business participation was reported, indicating a missed opportunity for smaller firms. 4. The contract spans a considerable duration, from 2012 to 2018.
Value Assessment
Rating: fair
The total award amount of $280M for medical staffing services over six years appears substantial. Benchmarking against similar contracts for physician staffing would be necessary to definitively assess value, but the lack of small business involvement raises questions about optimal pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which generally promotes competitive pricing. However, the absence of small business participation might indicate that the bidding pool or the contract structure did not effectively encourage smaller, specialized firms to compete.
Taxpayer Impact: Taxpayer funds were used for this contract. While competition was open, the lack of small business inclusion means potential cost savings or innovative solutions from smaller entities may have been missed.
Public Impact
Ensures critical medical staffing for immigration enforcement operations. Potential for cost efficiencies if competition was robust and small businesses were included. Lack of small business participation may limit broader economic impact and diversity in federal contracting.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- No small business participation
- Long contract duration
Positive Signals
- Full and open competition utilized
Sector Analysis
This contract falls under the healthcare sector, specifically medical staffing. Federal spending in this area is crucial for supporting government agencies' operational needs, including those of law enforcement and public health. Benchmarks for similar medical staffing contracts would provide context for the $280M award.
Small Business Impact
The contract explicitly states no small business participation (sb: false). This indicates that opportunities for small businesses to provide medical staffing support services to U.S. Immigration and Customs Enforcement were not realized under this award, potentially missing out on specialized services or economic development goals.
Oversight & Accountability
The contract was awarded via delivery order, suggesting it was part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar vehicle. Oversight would focus on the performance of INGENESIS INC and adherence to the terms of the delivery order and the base contract.
Related Government Programs
- Offices of Physicians (except Mental Health Specialists)
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Lack of small business participation
- Significant contract value requires robust oversight
- Potential for uncompetitive pricing if small businesses were excluded
- Long contract duration may indicate potential for scope creep or evolving needs not optimally managed
Tags
offices-of-physicians-except-mental-heal, department-of-homeland-security, dc, delivery-order, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $280.1 million to INGENESIS INC. IGF::CT::IGF MEDICAL STAFFING SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is INGENESIS 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 $280.1 million.
What is the period of performance?
Start: 2012-07-16. End: 2018-01-15.
What was the specific need for medical staffing support services by ICE, and how did the scope of work align with the physician offices (NAICS 621111) classification?
The need likely involved providing healthcare professionals to support detention facilities or operational personnel within U.S. Immigration and Customs Enforcement (ICE). The NAICS code 621111, Offices of Physicians (except Mental Health Specialists), suggests the services procured were directly related to physician services, potentially including examinations, medical assessments, or direct patient care for detainees or personnel.
Given the $280M value and full and open competition, what factors might have led to zero small business participation?
Several factors could contribute to the lack of small business participation. The contract's requirements might have been too complex or demanding for smaller firms, requiring extensive resources, certifications, or past performance that only larger companies possess. Alternatively, the solicitation process or contract structure may not have been tailored to attract small businesses, or perhaps no small businesses bid on the opportunity.
How effectively did the firm fixed price contract type ensure value for money over the contract's duration, considering the significant award amount?
A firm fixed price (FFP) contract aims to provide cost certainty and incentivize contractor efficiency. For a $280M contract over six years, FFP can be effective if the scope is well-defined and risks are manageable. However, without detailed performance data and cost analysis, it's difficult to definitively assess value. The significant award suggests substantial services were rendered, but the lack of small business involvement warrants further scrutiny on whether the FFP structure truly yielded the best possible price.
Industry Classification
NAICS: Health Care and Social Assistance › Offices of Physicians › Offices of Physicians (except Mental Health Specialists)
Product/Service Code: MEDICAL SERVICES › GENERAL HEALTH CARE SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: HSCECR-12-Q-00011
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2507 WINDING VIEW, SAN ANTONIO, TX, 78258
Business Categories: Category Business, Hispanic American Owned Business, Minority Owned Business, Small Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $388,483,979
Exercised Options: $283,892,205
Current Obligation: $280,103,545
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Parent Contract
Parent Award PIID: V797P7026A
IDV Type: FSS
Timeline
Start Date: 2012-07-16
Current End Date: 2018-01-15
Potential End Date: 2019-04-18 00:00:00
Last Modified: 2020-06-29
More Contracts from Ingenesis Inc
- National Support Services — $161.2M (Department of Health and Human Services)
- Ingenesis Follow-On for Medical Staffing Services — $42.5M (Department of Homeland Security)
- Medical Staffing Services for the ICE Health Service Corps (ihsc) Task Order 3 — $37.6M (Department of Homeland Security)
- THE Purpose of This Solicitation IS to Obtain Emergency Contractor Medical and Public Health Services to Support ACF Office of Refugee Resettlement (ORR) — $25.4M (Department of Health and Human Services)
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)