DHS awards $36.7M for Facilities Support Services under ISAP II, with full and open competition
Contract Overview
Contract Amount: $36,663,317 ($36.7M)
Contractor: B.I. Incorporated
Awarding Agency: Department of Homeland Security
Start Date: 2012-10-23
End Date: 2013-11-05
Contract Duration: 378 days
Daily Burn Rate: $97.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ISAP II CONTRACT HSCECR-09-D-0002 OY 3 TASK ORDER HSCECR-13-J-0001 POP: 11/06/2012-11/05/2013
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536
Plain-Language Summary
Department of Homeland Security obligated $36.7 million to B.I. INCORPORATED for work described as: ISAP II CONTRACT HSCECR-09-D-0002 OY 3 TASK ORDER HSCECR-13-J-0001 POP: 11/06/2012-11/05/2013 Key points: 1. The contract was awarded to B.I. INCORPORATED for facilities support services. 2. This task order falls under the larger ISAP II contract. 3. The contract was awarded using full and open competition. 4. The period of performance was approximately one year.
Value Assessment
Rating: good
The contract's value of $36.7 million for a one-year period of performance appears reasonable for facilities support services. Benchmarking against similar contracts would provide a more definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The use of full and open competition is a positive indicator for price discovery. This method allows multiple vendors to bid, driving competitive pricing.
Taxpayer Impact: Taxpayer funds were utilized through a competitive process, suggesting an effort to achieve value for money.
Public Impact
Ensures essential facilities support services for U.S. Immigration and Customs Enforcement operations. Supports the Department of Homeland Security's mission. The contract's duration and value indicate a significant operational requirement.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Full and open competition utilized
- Clear task order for facilities support
Sector Analysis
Facilities Support Services (NAICS 561210) is a broad category encompassing a range of services essential for the operation and maintenance of government facilities. Spending in this sector can vary significantly based on the size and complexity of the facilities managed.
Small Business Impact
The data indicates that this contract was not awarded to a small business. Further analysis would be needed to determine if small business participation was sought or achieved through subcontracting.
Oversight & Accountability
The contract was awarded under the ISAP II IDIQ, suggesting a pre-established oversight framework. The specific task order details and performance monitoring by DHS would be key to accountability.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Lack of detailed service description
- Absence of performance data
- Unclear benchmark data ('br' field)
Tags
facilities-support-services, department-of-homeland-security, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $36.7 million to B.I. INCORPORATED. ISAP II CONTRACT HSCECR-09-D-0002 OY 3 TASK ORDER HSCECR-13-J-0001 POP: 11/06/2012-11/05/2013
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 $36.7 million.
What is the period of performance?
Start: 2012-10-23. End: 2013-11-05.
What specific facilities support services were included in this task order?
The provided data does not detail the specific services rendered under this task order. Facilities support services can encompass a wide range of activities, including maintenance, repair, custodial services, security, and groundskeeping. A more granular breakdown of the Statement of Work would be necessary to understand the precise nature of the services provided.
Were there any performance issues or contract modifications during the period of performance?
The provided data does not contain information regarding performance issues or contract modifications. Such details would typically be found in contract performance reports, modification logs, or agency inspection records. Without this information, it is difficult to assess the contractor's performance or any deviations from the original contract terms.
How does the awarded price compare to the government estimate or benchmark for similar services?
The data includes a 'br' value of 96993, which may represent a benchmark or reference price. However, without clear definition of this metric, a direct comparison to the awarded price of $36.7 million is not possible. A comprehensive analysis would require comparing the awarded price to independent government estimates or market research data for comparable facilities support contracts.
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: 3
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: $72,383,442
Exercised Options: $72,383,442
Current Obligation: $36,663,317
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSCECR09D00002
IDV Type: IDC
Timeline
Start Date: 2012-10-23
Current End Date: 2013-11-05
Potential End Date: 2014-09-11 00:00:00
Last Modified: 2017-07-30
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)