DHS awards $29.2M task order to CoreCivic for CCA San Diego facility operations
Contract Overview
Contract Amount: $34,201,410 ($34.2M)
Contractor: Corecivic, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2008-09-22
End Date: 2009-06-30
Contract Duration: 281 days
Daily Burn Rate: $121.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NEW TASK ORDER TO CONTINUE OPTION PERIOD FOR CCA SAN DIEGO, CA CONTRACT #: ODT5C0003; OPTION 1: 7/1/2008 - 6/30/2009 (273 DAYS) SUBJECT TO FUNDS AVAILABILITY: $29,216,599.85
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92101
Plain-Language Summary
Department of Homeland Security obligated $34.2 million to CORECIVIC, INC. for work described as: NEW TASK ORDER TO CONTINUE OPTION PERIOD FOR CCA SAN DIEGO, CA CONTRACT #: ODT5C0003; OPTION 1: 7/1/2008 - 6/30/2009 (273 DAYS) SUBJECT TO FUNDS AVAILABILITY: $29,216,599.85 Key points: 1. CoreCivic, Inc. secured a $29.2 million task order for facility operations. 2. The contract was awarded under full and open competition after exclusion of sources. 3. This represents continued operations for the CCA San Diego facility. 4. The sector is Other Services to Buildings and Dwellings, with a PSC code of 561790.
Value Assessment
Rating: fair
The awarded amount of $29.2 million for a 281-day period appears to be within a reasonable range for facility operations of this nature, though specific benchmarks are unavailable without more detailed service descriptions.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition after exclusion of sources, indicating a competitive process was intended. However, the 'exclusion of sources' clause warrants further investigation into the specific reasons and potential impact on price discovery.
Taxpayer Impact: Taxpayer funds are being used for the continued operation of a correctional facility, the cost-effectiveness of which depends on the efficiency and necessity of the services provided.
Public Impact
Continued operation of a correctional facility impacting local services and potentially inmate welfare. Government reliance on private sector for essential services like detention and facility management. Potential for cost savings or overspending compared to public sector provision of similar services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Ambiguity in 'exclusion of sources' clause
- Lack of detailed performance metrics in provided data
- Potential for cost overruns in long-term contracts
Positive Signals
- Awarded under full and open competition
- Clear task order for a defined period
- Fixed-price contract type can help control costs
Sector Analysis
This contract falls under Other Services to Buildings and Dwellings, a broad category that includes facility management and maintenance. Spending in this sector can vary widely based on the type and scale of the facility.
Small Business Impact
The provided data does not indicate any specific subcontracting goals or participation by small businesses in this particular task order.
Oversight & Accountability
Oversight would typically involve regular performance reviews by the Department of Homeland Security to ensure CoreCivic meets contractual obligations and service standards.
Related Government Programs
- Other Services to Buildings and Dwellings
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Potential for cost inefficiencies in private correctional facility management.
- Lack of transparency regarding the 'exclusion of sources' justification.
- Dependence on a single contractor for essential government functions.
- Limited information on performance metrics and outcomes.
Tags
other-services-to-buildings-and-dwelling, department-of-homeland-security, ca, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $34.2 million to CORECIVIC, INC.. NEW TASK ORDER TO CONTINUE OPTION PERIOD FOR CCA SAN DIEGO, CA CONTRACT #: ODT5C0003; OPTION 1: 7/1/2008 - 6/30/2009 (273 DAYS) SUBJECT TO FUNDS AVAILABILITY: $29,216,599.85
Who is the contractor on this award?
The obligated recipient is CORECIVIC, 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 $34.2 million.
What is the period of performance?
Start: 2008-09-22. End: 2009-06-30.
What specific services are included in the $29.2 million task order, and how do they align with the 'Other Services to Buildings and Dwellings' NAICS code?
The task order is for the continued operation of the CCA San Diego facility. While the NAICS code 561790 covers 'Other Services to Buildings and Dwellings,' the specific services within this task order likely encompass facility management, security, maintenance, and potentially inmate services, which are critical for correctional facility operations.
What were the reasons for excluding other sources in the 'full and open competition after exclusion of sources' award method, and did this impact the final price?
The exclusion of sources suggests that while the competition was intended to be open, specific criteria or circumstances led to the limitation of bidders. Understanding these reasons is crucial to assess if the competitive process truly yielded the best value or if it inadvertently increased costs by restricting the pool of potential offerors.
How does the per-day cost of this contract compare to similar correctional facility operations contracts, and what factors contribute to any significant differences?
Without access to a benchmark database for correctional facility operations, a direct per-day cost comparison is difficult. Factors influencing cost differences could include the facility's size, security level, location, specific services required, and the prevailing market rates for labor and resources in the San Diego area.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Other Services to Buildings and Dwellings
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10 BURTON HILLS BLVD, NASHVILLE, TN, 37215
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $34,201,410
Exercised Options: $34,201,410
Current Obligation: $34,201,410
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSODT5C0003
IDV Type: IDC
Timeline
Start Date: 2008-09-22
Current End Date: 2009-06-30
Potential End Date: 2009-06-30 00:00:00
Last Modified: 2017-07-29
More Contracts from Corecivic, Inc.
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Department of Justice)
- Detention Services - LAS Vergas, NV — $558.7M (Department of Justice)
- 151060 — $456.5M (Department of Justice)
- Detention Services — $444.7M (Department of Justice)
- 151060 — $395.4M (Department of Justice)
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)