DHS's $34.3M Contract for CCA Security Services Awarded via Full and Open Competition
Contract Overview
Contract Amount: $34,291,251 ($34.3M)
Contractor: Corecivic, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2009-04-01
End Date: 2010-08-10
Contract Duration: 496 days
Daily Burn Rate: $69.1K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: G-514-FUNDING FOR CORRECTIONS COPORATIONS OF AMERICA (CCA) STARTING APRIL 1, 2009
Place of Performance
Location: HOUSTON, HARRIS County, TEXAS, 77032
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $34.3 million to CORECIVIC, INC. for work described as: G-514-FUNDING FOR CORRECTIONS COPORATIONS OF AMERICA (CCA) STARTING APRIL 1, 2009 Key points: 1. The contract awarded to CoreCivic, Inc. (formerly CCA) for security services represents a significant expenditure for DHS. 2. Competition was open, suggesting a potentially competitive bidding process for these services. 3. The firm-fixed-price contract type aims to control costs, but the total value warrants scrutiny. 4. This spending falls within the security and facilities management sector.
Value Assessment
Rating: fair
The contract value of $34.3 million over approximately 1.5 years for security services appears substantial. Benchmarking against similar government contracts for security guards and patrol services would be necessary to determine if this pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes price discovery and can lead to more favorable pricing for the government.
Taxpayer Impact: The use of full and open competition suggests efforts to secure value for taxpayer dollars, though the final price achieved is the key metric for taxpayer impact.
Public Impact
Taxpayers funded security services for correctional facilities, impacting the management of detainees. The contract duration of over a year suggests ongoing operational needs for these services. The award to a large private prison corporation raises questions about the role and cost-effectiveness of private sector involvement in corrections.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific per-unit cost data makes comprehensive value assessment difficult.
- Potential for cost overruns if scope changes or unforeseen issues arise, despite fixed-price.
- Reliance on a single large contractor for critical security functions.
Positive Signals
- Awarded through full and open competition, maximizing potential vendor participation.
- Firm-fixed-price contract structure provides cost certainty.
- Clear contract start and end dates define the period of performance.
Sector Analysis
This contract falls under security and protective services, a sector often characterized by significant government spending to ensure public safety and facility security. Benchmarks for similar services can vary widely based on location, security levels, and specific requirements.
Small Business Impact
The data does not indicate whether small businesses were involved as subcontractors or prime contractors. Further analysis would be needed to determine the extent of small business participation in this contract.
Oversight & Accountability
Oversight would involve monitoring contract performance, ensuring compliance with security standards, and verifying billing accuracy. The Department of Homeland Security, specifically U.S. Immigration and Customs Enforcement, is responsible for this oversight.
Related Government Programs
- Security Guards and Patrol Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Significant contract value requires thorough justification and performance monitoring.
- Potential for contractor performance issues impacting critical security functions.
- Lack of detailed cost breakdown hinders granular value analysis.
- Reliance on a single large provider for essential services.
Tags
security-guards-and-patrol-services, department-of-homeland-security, tx, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $34.3 million to CORECIVIC, INC.. G-514-FUNDING FOR CORRECTIONS COPORATIONS OF AMERICA (CCA) STARTING APRIL 1, 2009
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 $34.3 million.
What is the period of performance?
Start: 2009-04-01. End: 2010-08-10.
What was the specific scope of services provided under this contract, and how did it compare to industry standards for security guards and patrol services?
The provided data identifies the service as 'Security Guards and Patrol Services' (NAICS 561612). However, the specific details of the scope, such as the number of guards, hours of operation, specific security protocols, and geographic locations covered, are not detailed. A comprehensive comparison to industry standards would require this granular information to assess if the $34.3 million price was justified for the services rendered.
Given the firm-fixed-price structure, what mechanisms were in place to manage potential risks associated with service quality and contractor performance?
While a firm-fixed-price contract aims to cap costs, effective oversight is crucial for managing performance risks. This would typically involve performance metrics, regular inspections, and clear procedures for addressing deficiencies. The contract's success in mitigating risks would depend on the diligence of ICE in monitoring CCA's adherence to security standards and operational requirements throughout the contract period.
How did the competitive bidding process for this contract ensure the most effective and efficient security solutions were selected for the government?
The 'full and open competition' designation suggests that multiple qualified vendors were invited to submit proposals, fostering a competitive environment. The effectiveness and efficiency of the selected solution would hinge on the evaluation criteria used by ICE, the quality of proposals received, and the final negotiated price. A robust evaluation process is key to ensuring the chosen bid represented the best overall value.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Guards and Patrol Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
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, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $34,291,251
Exercised Options: $34,291,251
Current Obligation: $34,291,251
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSCEDM09D00007
IDV Type: IDC
Timeline
Start Date: 2009-04-01
Current End Date: 2010-08-10
Potential End Date: 2010-08-10 00:00:00
Last Modified: 2017-07-30
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)