DHS awarded The GEO Group $46.1M for detention facilities support, with a high per-unit cost
Contract Overview
Contract Amount: $46,138,862 ($46.1M)
Contractor: THE GEO Group, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2011-12-26
End Date: 2012-11-30
Contract Duration: 340 days
Daily Burn Rate: $135.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: REFERENCE SOUTH TEXAS DETENTION COMPLEX CONTRACT HSCEDM-12-D-00001 WITH THE GEO GROUP. TASK ORDER HSCEDM-12-J-00010
Place of Performance
Location: PEARSALL, FRIO County, TEXAS, 78061
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $46.1 million to THE GEO GROUP, INC. for work described as: REFERENCE SOUTH TEXAS DETENTION COMPLEX CONTRACT HSCEDM-12-D-00001 WITH THE GEO GROUP. TASK ORDER HSCEDM-12-J-00010 Key points: 1. The contract value represents a significant investment in detention services. 2. Competition dynamics suggest a potentially competitive bidding process for this service. 3. Risk indicators may include contractor performance history and the nature of detention services. 4. Performance context is tied to the operational needs of immigration enforcement. 5. This contract falls within the broader sector of government facilities support and management.
Value Assessment
Rating: fair
The total award of $46.1 million for a 340-day period indicates a substantial cost for detention services. Benchmarking against similar contracts for detention facility operations is crucial to assess value for money. The provided data includes a benchmark of $135,703, which may represent a per-unit cost or a comparison point, but further context is needed to definitively assess its reasonableness. Without more granular data on services provided and the number of individuals detained, a precise value assessment is challenging.
Cost Per Unit: $135,703 (benchmark provided)
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting that multiple bidders were likely considered. This method is generally preferred for ensuring fair pricing and access for qualified contractors. The number of bidders and the specific evaluation criteria would provide further insight into the intensity of the competition and its impact on the final price.
Taxpayer Impact: Full and open competition is intended to drive down costs through market forces, potentially leading to better value for taxpayers compared to less competitive award methods.
Public Impact
Benefits U.S. Immigration and Customs Enforcement (ICE) by providing essential detention services. Supports the operational capacity of the federal government in managing immigration detention. Geographic impact is concentrated in Texas, where the detention facility is located. Workforce implications include employment opportunities for facility staff and support personnel in the region.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for high operational costs associated with detention services.
- Reliance on a single contractor for critical government functions.
- Sensitivity of detention services to policy changes and public scrutiny.
Positive Signals
- Awarded through full and open competition, indicating a potentially robust selection process.
- Contract structure (Firm Fixed Price) provides cost certainty for the government.
- Clear definition of services (Facilities Support Services) aids in performance monitoring.
Sector Analysis
This contract operates within the government services sector, specifically focusing on facilities support and management for correctional and detention operations. The market for such services is driven by government demand, particularly from agencies like DHS. Comparable spending benchmarks would involve analyzing other contracts for detention center operations, including per diem rates and overall facility management costs across different regions and contractors.
Small Business Impact
The provided data does not indicate any specific small business set-aside provisions for this contract. As a large-scale facilities support service, it is possible that subcontracting opportunities may exist for specialized services, but the primary award was not directed towards small businesses. Further analysis of subcontracting plans would be needed to determine the extent of small business participation.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of U.S. Immigration and Customs Enforcement (ICE), a component of DHS. Accountability measures would include performance standards, reporting requirements, and potential penalties for non-compliance. Transparency is generally facilitated through contract award databases, though specific operational details may be sensitive. Inspector General jurisdiction would apply to investigations of fraud, waste, or abuse.
Related Government Programs
- Immigration Detention Services
- Correctional Facility Management
- Homeland Security Contracts
- Federal Facilities Support
Risk Flags
- Contractor Performance History
- Cost Reasonableness
- Service Quality Concerns
- Detainee Welfare Standards
Tags
dhs, ice, facilities-support-services, detention-operations, firm-fixed-price, full-and-open-competition, texas, large-contract, private-prison-industry
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $46.1 million to THE GEO GROUP, INC.. REFERENCE SOUTH TEXAS DETENTION COMPLEX CONTRACT HSCEDM-12-D-00001 WITH THE GEO GROUP. TASK ORDER HSCEDM-12-J-00010
Who is the contractor on this award?
The obligated recipient is THE GEO GROUP, 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 $46.1 million.
What is the period of performance?
Start: 2011-12-26. End: 2012-11-30.
What is the historical spending pattern for detention facility support services by ICE?
Historical spending by ICE on detention facility support services has been substantial and has fluctuated based on immigration policies and enforcement priorities. The agency relies heavily on contracts with private entities to manage detention centers, particularly in areas where federal facilities are insufficient. Over the past decade, spending has seen significant increases during periods of heightened border activity. Analyzing trends requires examining annual appropriations, contract awards, and the average cost per detainee. Factors such as the duration of detention, the type of facility, and the geographic location all influence overall expenditure. For instance, contracts in high-cost urban areas or those requiring specialized services tend to be more expensive. Understanding these patterns is crucial for budget forecasting and identifying potential areas for cost efficiencies.
How does the per-unit cost of this contract compare to other ICE detention facilities?
The provided benchmark of $135,703 requires clarification to be directly comparable as a per-unit cost. If this figure represents a per-day or per-person cost, it can be benchmarked against publicly available per diem rates for similar ICE contracts. Generally, per diem rates for detention services can vary significantly based on facility size, location, security level, and the services included (e.g., medical care, transportation). Contracts awarded through full and open competition often aim for competitive pricing, but the specific market conditions and the scope of services dictate the final rate. Without knowing the exact definition of the benchmark and the number of individuals or days it pertains to, a precise comparison is difficult. However, ICE's overall detention costs are a significant portion of its budget, and monitoring these per-unit costs against market averages and historical trends is a key oversight function.
What are the primary risks associated with contracting for detention services?
Contracting for detention services carries several inherent risks. A primary concern is the potential for substandard conditions or inadequate care for detainees, which can lead to legal challenges, reputational damage, and increased oversight. Contractor performance can be inconsistent, impacting the government's ability to fulfill its legal obligations. There's also a risk of cost overruns, especially if contract terms are not precisely defined or if unforeseen operational issues arise. Furthermore, the privatization of detention facilities raises ethical considerations and concerns about accountability, as private entities may prioritize profit over detainee welfare. Ensuring robust contract management, regular site inspections, and clear performance metrics are critical to mitigating these risks. The GEO Group, as a major contractor in this space, has faced scrutiny regarding its operations in the past, highlighting the importance of diligent oversight.
What is The GEO Group's track record with federal detention contracts?
The GEO Group, Inc. is one of the largest private operators of correctional and detention facilities in the United States and has a long-standing track record of contracting with federal agencies, including ICE and the Federal Bureau of Prisons. They manage a significant number of detention beds nationwide. Their history includes numerous contracts for immigration detention, as well as for federal and state prisons. While they are a major player with extensive experience, their track record has also been subject to public and governmental scrutiny regarding facility conditions, detainee treatment, and operational efficiency. Reports from government watchdogs and advocacy groups have sometimes raised concerns, while the company maintains its commitment to providing safe and secure facilities. Evaluating their track record involves reviewing performance reviews, audit findings, and any litigation or investigations related to their federal contracts.
How does the contract duration and value compare to typical ICE detention contracts?
This contract, with a duration of approximately 340 days and a value of $46.1 million, represents a substantial, medium-term commitment for detention services. Typical ICE detention contracts can range widely in duration, from short-term task orders to multi-year agreements, often with options for extension. The value is also variable, depending on the number of beds, the level of services, and the prevailing per diem rates. A $46 million award for less than a year suggests a high daily operational cost or a significant number of detainees being housed. Compared to some longer-term, multi-billion dollar contracts for large detention centers, this might appear smaller, but for a specific task order or facility support, it is a significant award. The firm-fixed-price structure provides cost certainty for this period, which is a common approach for managing predictable operational expenses.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support 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: 621 NW 53RD ST STE 700, BOCA RATON, FL, 33487
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $46,138,862
Exercised Options: $46,138,862
Current Obligation: $46,138,862
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSCEDM12D00001
IDV Type: IDC
Timeline
Start Date: 2011-12-26
Current End Date: 2012-11-30
Potential End Date: 2012-11-30 00:00:00
Last Modified: 2017-08-01
More Contracts from THE GEO Group, Inc.
- Detention Services - SAN Diego — $776.9M (Department of Justice)
- Detention Services — $547.5M (Department of Justice)
- Detention Services (SAN Diego, CA) - Funded by the Usms — $345.0M (Department of Justice)
- 151060 — $284.0M (Department of Justice)
- Task Order to Provide Detention Services in LOS Angeles Area of Responsibility — $122.5M (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)