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

State: California Government Spending

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

Positive Signals

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

Risk Flags

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 ServicesServices to Buildings and DwellingsOther Services to Buildings and Dwellings

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING 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.

View all Corecivic, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending