DHS/ICE contract for detention services awarded to ASSET PROTECTION & SECURITY SERVICES, L.P. for over $39.3 million

Contract Overview

Contract Amount: $39,327,301 ($39.3M)

Contractor: Asset Protection & Security Services, L.P.

Awarding Agency: Department of Homeland Security

Start Date: 2013-07-01

End Date: 2014-06-30

Contract Duration: 364 days

Daily Burn Rate: $108.0K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: "CRITICAL FUNCTION" - IGF::CT::IGF . DETENTION SERVICES, TRANSPORTATION SERVICES, FOOD SERVICES FOR DHS/ICE EL CENTRO SPC.

Place of Performance

Location: EL CENTRO, IMPERIAL County, CALIFORNIA, 92243

State: California Government Spending

Plain-Language Summary

Department of Homeland Security obligated $39.3 million to ASSET PROTECTION & SECURITY SERVICES, L.P. for work described as: "CRITICAL FUNCTION" - IGF::CT::IGF . DETENTION SERVICES, TRANSPORTATION SERVICES, FOOD SERVICES FOR DHS/ICE EL CENTRO SPC. Key points: 1. The contract value represents a significant investment in detention and support services for ICE. 2. Competition dynamics for this contract are crucial for ensuring cost-effectiveness and service quality. 3. Performance context is vital to understand the effectiveness of detention and transportation services. 4. Sector positioning highlights the role of private contractors in supporting federal immigration enforcement. 5. Risk indicators may include service delivery continuity, cost overruns, and compliance with detention standards.

Value Assessment

Rating: fair

Benchmarking this contract's value is challenging without detailed service level agreements and performance metrics. The award amount of over $39.3 million for a one-year period suggests a substantial operational cost. Comparing this to similar contracts for detention services across different ICE field offices or other federal agencies would provide better insight into whether the pricing is competitive and reflects fair market value for the scope of services provided.

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. With 3 bidders, the competition level appears moderate. This suggests that while there was some level of market interest, it may not have been robust enough to drive prices down to the lowest possible point. The agency likely received a range of proposals to evaluate.

Taxpayer Impact: Full and open competition generally benefits taxpayers by encouraging multiple vendors to offer competitive pricing, potentially leading to better value for the government.

Public Impact

The primary beneficiaries are U.S. Immigration and Customs Enforcement (ICE) and the Department of Homeland Security (DHS), receiving essential detention and support services. Services delivered include detention, transportation, and food services for individuals in ICE custody. The geographic impact is focused on the El Centro Sector in California, where the facility is located. Workforce implications include employment opportunities for security personnel, support staff, and service providers associated with the contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The federal government relies on private sector contractors to provide a range of support services, including detention and transportation, for its various agencies. This contract falls within the broader Facilities Support Services sector, specifically catering to the needs of law enforcement and immigration agencies. The market for detention services is influenced by federal policy, immigration levels, and the availability of government-owned facilities. Comparable spending benchmarks would involve analyzing other contracts for similar services awarded by ICE or other components of DHS.

Small Business Impact

This contract was not awarded as a small business set-aside. There is no explicit information provided regarding subcontracting plans or their impact on the small business ecosystem. Further analysis would be needed to determine if small businesses are involved as subcontractors and to what extent.

Oversight & Accountability

Oversight of this contract would typically be managed by contracting officers and program managers within ICE. Accountability measures would be tied to the performance standards outlined in the contract. Transparency is generally facilitated through contract award databases and public reporting, though specific operational details may be sensitive. Inspector General jurisdiction would apply to investigations of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

dhs, ice, detention-services, transportation-services, food-services, asset-protection-security-services-lp, firm-fixed-price, full-and-open-competition, california, facilities-support-services, critical-function

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $39.3 million to ASSET PROTECTION & SECURITY SERVICES, L.P.. "CRITICAL FUNCTION" - IGF::CT::IGF . DETENTION SERVICES, TRANSPORTATION SERVICES, FOOD SERVICES FOR DHS/ICE EL CENTRO SPC.

Who is the contractor on this award?

The obligated recipient is ASSET PROTECTION & SECURITY SERVICES, L.P..

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 $39.3 million.

What is the period of performance?

Start: 2013-07-01. End: 2014-06-30.

What is the historical spending pattern for detention services in the El Centro Sector by ICE?

Analyzing historical spending for detention services in the El Centro Sector by ICE requires accessing and reviewing past contract awards and modifications for similar services. This would involve identifying previous contracts awarded for detention, transportation, and food services in that specific geographic area, noting the contractors, award amounts, and contract durations. A trend analysis could reveal whether spending has increased, decreased, or remained relatively stable over time. It would also highlight any significant shifts in the number of contracts or the average contract value. Understanding these patterns is crucial for assessing the current contract's value in context and for future budget planning and forecasting for ICE's operational needs in the region.

How does the per-unit cost of detention services under this contract compare to national averages or similar contracts in other ICE field offices?

Determining the per-unit cost requires breaking down the total contract value by the number of individuals detained or the number of bed-days provided over the contract period. Without specific operational data on daily census or bed-day utilization, a precise per-unit cost calculation is not feasible from the provided data. However, if such data were available, it could be benchmarked against publicly reported per-diem rates for detention services in other ICE field offices or against industry averages. Significant deviations could indicate either exceptional value or potential overpricing, warranting further investigation into the specific services, security levels, and geographic cost factors influencing the rate.

What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract, and how has the contractor performed against them?

The provided data does not detail the specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) established for this contract. Typically, such contracts would include metrics related to the quality of food services, the timeliness and safety of transportation, the condition of detention facilities, and adherence to established protocols for detainee care and management. Performance against these KPIs and SLAs would be monitored by ICE officials. A review of past performance evaluations, contract close-out reports, or any documented instances of contractor deficiencies or commendations would be necessary to assess the contractor's track record and the effectiveness of the services delivered under this award.

What is the track record of ASSET PROTECTION & SECURITY SERVICES, L.P. in fulfilling similar federal contracts, particularly those involving detention or security services?

ASSET PROTECTION & SECURITY SERVICES, L.P. has a history of providing security and protective services. To assess their track record for this specific contract, a review of their past performance on federal contracts, especially those with the Department of Homeland Security (DHS) or U.S. Immigration and Customs Enforcement (ICE), would be essential. This would involve examining contract databases for previous awards, looking for any reported performance issues, contract disputes, or successful contract completions. Understanding their experience in managing large-scale detention, transportation, and food services, and their compliance history with government regulations and standards, is critical for evaluating their capability to meet the requirements of this significant contract.

Are there any known risks or concerns associated with the use of private contractors for detention services by ICE, and how are these mitigated in this contract?

The use of private contractors for detention services by ICE carries inherent risks, including potential issues with oversight, accountability, cost control, and ensuring humane treatment and adherence to standards. Concerns often arise regarding the profit motive potentially conflicting with service quality or detainee welfare. Mitigation strategies within this contract would typically involve robust performance monitoring by ICE, clearly defined contract terms and conditions, strict adherence to federal performance standards and regulations, and provisions for penalties or contract termination in cases of non-compliance. Independent audits and site inspections by government personnel are also crucial for risk mitigation.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: HSCEDM-09-R-00008

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 5502 BURNHAM DR, CORPUS CHRISTI, TX, 78413

Business Categories: Category Business, Hispanic American Owned Business, Minority Owned Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $39,327,301

Exercised Options: $39,327,301

Current Obligation: $39,327,301

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSCEDM09D00001

IDV Type: IDC

Timeline

Start Date: 2013-07-01

Current End Date: 2014-06-30

Potential End Date: 2014-06-30 00:00:00

Last Modified: 2017-07-30

More Contracts from Asset Protection & Security Services, L.P.

View all Asset Protection & Security Services, L.P. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending