DHS ICE Awards $75.9M Contract for Alternatives to Detention Services to B.I. Incorporated

Contract Overview

Contract Amount: $75,915,605 ($75.9M)

Contractor: B.I. Incorporated

Awarding Agency: Department of Homeland Security

Start Date: 2015-08-27

End Date: 2016-08-31

Contract Duration: 370 days

Daily Burn Rate: $205.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::CT::IGF ISAP III CONTRACT OPTION YEAR 1 FOR THE ALTERNATIVES TO DETENTION UNIT

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20229

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $75.9 million to B.I. INCORPORATED for work described as: IGF::CT::IGF ISAP III CONTRACT OPTION YEAR 1 FOR THE ALTERNATIVES TO DETENTION UNIT Key points: 1. The contract is for Alternatives to Detention Unit services, a critical component of immigration enforcement. 2. B.I. Incorporated is a significant player in the private detention and immigration services market. 3. The contract's value is substantial, indicating a significant investment in detention alternatives. 4. The sector is primarily government services, with a focus on public safety and immigration.

Value Assessment

Rating: fair

The contract value of $75.9 million for one year appears high for facilities support services. Benchmarking against similar contracts for detention alternatives or related services is needed to assess pricing effectiveness.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a competitive bidding process. However, the specific pricing discovery mechanisms and the number of bids received are not detailed, impacting the assessment of price reasonableness.

Taxpayer Impact: Taxpayer funds are being used to support immigration enforcement through detention alternatives. The efficiency and effectiveness of these services will determine the ultimate value for taxpayers.

Public Impact

Impacts individuals in immigration proceedings by providing alternatives to detention. Affects the operational capacity of U.S. Immigration and Customs Enforcement (ICE). Contributes to the broader debate on immigration policy and enforcement strategies. Supports private sector involvement in government services related to immigration.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Facilities Support Services sector, specifically related to government contracting for immigration and public safety. Benchmarks for similar detention alternative programs are scarce, making direct cost comparisons difficult.

Small Business Impact

The data indicates this contract was not awarded to small businesses (ss: false, sb: false). This suggests that large corporations are likely providing these services, potentially limiting opportunities for smaller, specialized firms in this niche.

Oversight & Accountability

Oversight is crucial to ensure B.I. Incorporated meets performance standards and provides cost-effective services. The Department of Homeland Security's Inspector General may play a role in monitoring contract execution and identifying any inefficiencies or misconduct.

Related Government Programs

Risk Flags

Tags

facilities-support-services, department-of-homeland-security, dc, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $75.9 million to B.I. INCORPORATED. IGF::CT::IGF ISAP III CONTRACT OPTION YEAR 1 FOR THE ALTERNATIVES TO DETENTION UNIT

Who is the contractor on this award?

The obligated recipient is B.I. INCORPORATED.

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 $75.9 million.

What is the period of performance?

Start: 2015-08-27. End: 2016-08-31.

What is the cost-effectiveness of using B.I. Incorporated for Alternatives to Detention services compared to government-run programs or other private providers?

Assessing cost-effectiveness requires detailed analysis of service delivery costs, recidivism rates, and comparison with government-operated programs or bids from other private entities. Without specific performance data and comparative pricing, it's difficult to definitively state the cost-effectiveness. However, the substantial award amount suggests significant resource allocation, necessitating rigorous performance monitoring to ensure value for taxpayer money.

What are the primary risks associated with relying on a private contractor like B.I. Incorporated for detention alternative services?

Key risks include potential for profit motive to influence service provision over participant well-being, challenges in ensuring consistent quality and oversight across diverse locations, and potential for data security breaches if sensitive participant information is mishandled. Furthermore, reliance on a single contractor could create vulnerabilities if performance issues arise or if the contractor faces financial instability.

How effectively does this contract contribute to the stated goals of ICE's Alternatives to Detention program in terms of participant compliance and humanitarian standards?

Effectiveness hinges on detailed performance metrics not provided in the data. ICE's goals likely include ensuring participants attend required appointments and court dates while adhering to humane treatment standards. Evaluating this contract's effectiveness would require reviewing ICE's own performance reports, participant feedback, and any independent audits of B.I. Incorporated's operations and compliance.

Industry Classification

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

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: THE GEO Group, Inc. (UEI: 612706465)

Address: 6400 LOOKOUT RD, BOULDER, CO, 80301

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $75,915,605

Exercised Options: $75,915,605

Current Obligation: $75,915,605

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSCEDM14D00004

IDV Type: IDC

Timeline

Start Date: 2015-08-27

Current End Date: 2016-08-31

Potential End Date: 2016-12-03 00:00:00

Last Modified: 2017-06-02

More Contracts from B.I. Incorporated

View all B.I. Incorporated federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending