DHS awarded $57M for security services at Port Isabel Detention Center, with a 540-day duration

Contract Overview

Contract Amount: $57,069,466 ($57.1M)

Contractor: Ahtna Technical Services, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2012-06-08

End Date: 2013-11-30

Contract Duration: 540 days

Daily Burn Rate: $105.7K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::OT::IGF OTHER FUNCTIONS -- HSCEDM-08-D-00002; TASK ORDER WITH AHTNA TECHNICAL SERVICES AT PORT ISABEL DETENTION CENTER. FUNDING PROVIDED FOR THE PERIOD 1 JUN 2012 THROUGH 30 JUNE 2012

Place of Performance

Location: LOS FRESNOS, CAMERON County, TEXAS, 78566

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $57.1 million to AHTNA TECHNICAL SERVICES, INC. for work described as: IGF::OT::IGF OTHER FUNCTIONS -- HSCEDM-08-D-00002; TASK ORDER WITH AHTNA TECHNICAL SERVICES AT PORT ISABEL DETENTION CENTER. FUNDING PROVIDED FOR THE PERIOD 1 JUN 2012 THROUGH 30 JUNE 2012 Key points: 1. Contract awarded for security guard and patrol services, indicating a need for physical security at a federal facility. 2. The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' suggesting a specific reason for excluding certain sources. 3. The duration of 540 days (approximately 1.5 years) suggests a medium-term operational requirement. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. The agency is the Department of Homeland Security, specifically U.S. Immigration and Customs Enforcement, highlighting its role in border security and detention operations.

Value Assessment

Rating: fair

The contract value of $57,069,465.96 for 540 days of security services at a detention center appears substantial. Benchmarking this against similar contracts for detention facility security is crucial. Without specific per-guard rates or service level agreements, a precise value-for-money assessment is difficult. However, the fixed-price nature suggests the government sought to control costs, but the overall expenditure warrants scrutiny to ensure efficiency.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This specific procurement method implies that while the competition was intended to be open, certain sources were excluded, possibly due to specific requirements, past performance issues, or national security considerations. The number of bidders (5) indicates some level of competition, but the exclusion of sources may have limited the overall competitive landscape and potentially impacted price discovery.

Taxpayer Impact: The exclusion of sources, even with 5 bidders, could mean taxpayers did not benefit from the broadest possible competition, potentially leading to a higher price than if all qualified sources had been allowed to bid.

Public Impact

The primary beneficiaries are the Department of Homeland Security and U.S. Immigration and Customs Enforcement, ensuring the security of a detention facility. Services delivered include security guards and patrol, crucial for maintaining order and safety within the Port Isabel Detention Center. The geographic impact is localized to Port Isabel, Texas, where the detention center is located. Workforce implications include the creation of jobs for security personnel employed by Ahtna Technical Services, Inc.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the security and protective services sector, specifically focusing on guard and patrol services. This sector is critical for government operations, particularly in sensitive areas like detention facilities. The market for such services is competitive, with numerous providers capable of meeting federal requirements. The size of this specific award suggests a significant operational requirement for a large-scale facility.

Small Business Impact

The data indicates that small business participation was not a primary focus for this contract, as the 'sb' (small business) flag is false. There is no explicit mention of small business set-asides or subcontracting requirements in the provided data. Therefore, the direct impact on the small business ecosystem appears minimal, and opportunities for small businesses to participate in this specific contract are unlikely unless they are subcontractors to the prime.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of U.S. Immigration and Customs Enforcement (ICE) within the Department of Homeland Security. Performance monitoring, quality assurance, and invoice verification would be key oversight mechanisms. Transparency is generally maintained through contract award databases, but detailed performance reports are often internal. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

dhs, ice, security-services, detention-center, firm-fixed-price, limited-competition, port-isabel, texas, guard-services, patrol-services, homeland-security

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $57.1 million to AHTNA TECHNICAL SERVICES, INC.. IGF::OT::IGF OTHER FUNCTIONS -- HSCEDM-08-D-00002; TASK ORDER WITH AHTNA TECHNICAL SERVICES AT PORT ISABEL DETENTION CENTER. FUNDING PROVIDED FOR THE PERIOD 1 JUN 2012 THROUGH 30 JUNE 2012

Who is the contractor on this award?

The obligated recipient is AHTNA TECHNICAL SERVICES, 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 $57.1 million.

What is the period of performance?

Start: 2012-06-08. End: 2013-11-30.

What specific reasons led to the 'Exclusion of Sources' in this Full and Open Competition?

The designation 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' indicates that while the solicitation was publicly advertised, certain potential bidders were explicitly excluded from participating. The specific reasons for exclusion are not detailed in the provided data but could stem from various factors. These might include national security concerns, specific technical capabilities required that only a subset of contractors possessed, past performance issues with certain companies, or a pre-existing relationship with a specific entity that met certain criteria. Understanding these reasons is crucial as it can impact the level of competition achieved and potentially the final price paid by the government. Without further documentation from the solicitation or award decision, the exact rationale remains speculative but points to a deliberate narrowing of the competitive field.

How does the per-day cost of this contract compare to industry benchmarks for detention facility security?

The total contract value is $57,069,465.96 over 540 days. This equates to approximately $105,684.90 per day. To benchmark this against industry standards for detention facility security, one would need to consider the number of personnel required, their skill levels, the specific security protocols mandated, and the geographic location. Detention facilities often require a higher level of security staffing and specialized personnel compared to standard commercial properties, which can drive up costs. Without knowing the exact staffing levels and service requirements, a direct comparison is difficult. However, this daily rate suggests a significant operational cost, underscoring the need for rigorous performance monitoring to ensure value for taxpayer money.

What is the track record of Ahtna Technical Services, Inc. in providing similar security services to federal agencies?

Ahtna Technical Services, Inc. has a history of performing various services for federal agencies, including those related to logistics, facilities maintenance, and potentially security. To assess their track record specifically for security guard and patrol services at detention facilities, a deeper dive into their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) would be necessary. This would reveal their reliability, quality of service, and adherence to contract terms in previous engagements. Given they were awarded this significant contract by ICE, it implies they met the agency's requirements and demonstrated capability, but a comprehensive review of their past performance is essential for a complete risk assessment.

What are the potential risks associated with a Firm Fixed Price contract for security services in a dynamic environment like a detention center?

While Firm Fixed Price (FFP) contracts are designed to provide cost certainty, they can introduce risks, especially in environments like detention centers which may experience fluctuating needs or unforeseen security challenges. The primary risk is that the contractor might cut corners on service quality or staffing to maintain profitability if costs exceed projections, potentially impacting security effectiveness. Conversely, if the government's needs change significantly, modifications to the FFP contract can become complex and costly. Effective oversight is critical to ensure the contractor meets all performance standards despite the fixed price, and that any necessary contract modifications are managed judiciously to protect government interests.

How has DHS spending on security services for detention facilities evolved over time, and does this contract represent a trend?

Assessing the evolution of DHS spending on detention facility security requires historical data beyond this single contract. However, it is generally understood that spending in this area is influenced by immigration policies, border security priorities, and the number of individuals in detention. Contracts like this, awarded under specific circumstances (like 'Exclusion of Sources'), can be indicative of targeted needs or strategic sourcing decisions by agencies like ICE. To determine if this contract represents a trend, one would need to analyze DHS's contracting history for similar services over several fiscal years, looking at award values, contract types, and competition levels to identify patterns or shifts in procurement strategies.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Guards and Patrol Services

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: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Ahtna, Incorporated (UEI: 069586055)

Address: 1400 W BENSON BLVD STE 210, ANCHORAGE, AK, 99503

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Minority Owned Business, Native American Owned Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business, Woman Owned Business

Financial Breakdown

Contract Ceiling: $57,069,466

Exercised Options: $57,069,466

Current Obligation: $57,069,466

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Parent Contract

Parent Award PIID: HSCEDM08D00002

IDV Type: IDC

Timeline

Start Date: 2012-06-08

Current End Date: 2013-11-30

Potential End Date: 2014-03-08 00:00:00

Last Modified: 2017-08-01

More Contracts from Ahtna Technical Services, Inc.

View all Ahtna Technical Services, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending