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
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
- High contract value warrants scrutiny for cost-effectiveness.
- Limited information on specific service delivery metrics.
- Potential for mission creep or expansion beyond original intent.
Positive Signals
- Utilizes full and open competition, promoting market engagement.
- Focuses on alternatives to detention, potentially more humane than traditional detention.
- Supports a critical government function for immigration management.
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
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- High contract value
- Lack of detailed performance metrics
- Potential for profit motive to override participant welfare
- Reliance on a single contractor for critical services
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 Services › Facilities Support Services › Facilities 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
- Intensive Supervision Appearance Program (isap IV) — $440.3M (Department of Homeland Security)
- Intensive Supervision Appearance Program (isap IV) — $300.4M (Department of Homeland Security)
- Intensive Supervision Appearance Program (isap IV) — $286.1M (Department of Homeland Security)
- Intensive Supervision Appearance Program (isap IV) — $270.6M (Department of Homeland Security)
- Isap III Alternatives to Detention Task Order — $162.2M (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)