DHS awarded $31.4M for detention and transportation services, with Global Precision Systems, LLC as the contractor
Contract Overview
Contract Amount: $31,440,997 ($31.4M)
Contractor: Global Precision Systems, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2015-09-23
End Date: 2016-09-29
Contract Duration: 372 days
Daily Burn Rate: $84.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::OT::IGF - DETENTION&TRANSPORTATION SERVICES
Place of Performance
Location: EL PASO, EL PASO County, TEXAS, 79925
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $31.4 million to GLOBAL PRECISION SYSTEMS, LLC for work described as: IGF::OT::IGF - DETENTION&TRANSPORTATION SERVICES Key points: 1. Contract value of $31.4M for a 372-day period suggests a significant operational scale. 2. The contract type, Firm Fixed Price, aims to control costs for the government. 3. Awarded by DHS, specifically ICE, indicates a focus on immigration enforcement support. 4. The service category, Security Guards and Patrol Services, points to personnel-intensive operations. 5. The contract's duration of 372 days is relatively short-term, implying potential for follow-on contracts or evolving needs. 6. The geographic location in Texas (TX) highlights a specific operational theater for these services.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without more specific service details and comparable contract data. The total award of $31.4 million over approximately one year indicates a substantial investment. However, the absence of detailed performance metrics or unit cost breakdowns makes a definitive value-for-money assessment difficult. The firm fixed-price structure is a positive indicator for cost control, but the overall efficiency and effectiveness of the services provided would require further analysis of operational outcomes.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which suggests that while competition was intended, certain sources were excluded, potentially limiting the pool of bidders. The specific reasons for exclusion are not detailed here. A limited competition can sometimes lead to less competitive pricing compared to full and open competition, as the number of potential offerors is reduced. Further investigation into the exclusion criteria would be necessary to fully understand the competitive landscape.
Taxpayer Impact: Limited competition may result in higher prices for taxpayers compared to a scenario with broader participation from qualified vendors. This could mean less optimal use of taxpayer funds if a wider range of bids could have driven down costs.
Public Impact
The primary beneficiaries are U.S. Immigration and Customs Enforcement (ICE) and the Department of Homeland Security (DHS), receiving essential support services for their operations. The services delivered include security guard and patrol functions, crucial for maintaining order and safety within detention facilities or during transportation. The geographic impact is concentrated in Texas (TX), indicating the operational area where these services are being rendered. Workforce implications include the creation of jobs for security personnel and support staff employed by Global Precision Systems, LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may have restricted the government's ability to secure the most cost-effective solution.
- The specific nature of 'detention and transportation services' can carry inherent risks related to safety, security, and human rights, requiring robust oversight.
- Lack of detailed performance metrics in the provided data makes it difficult to assess the quality and effectiveness of the services rendered.
- The exclusion of certain sources, if not well-justified, could raise concerns about fairness and potentially limit innovation.
Positive Signals
- The use of a Firm Fixed Price contract type helps to establish cost certainty for the government.
- Awarding to a single contractor, Global Precision Systems, LLC, can streamline management and communication for this specific service requirement.
- The contract is associated with a major federal agency (DHS/ICE), suggesting it addresses a critical national security or law enforcement need.
- The service category (Security Guards and Patrol Services) is a well-defined area of government contracting, implying established operational frameworks.
Sector Analysis
The contract falls within the broader security and protective services sector, which is a significant component of federal contracting. This sector encompasses a wide range of services, from physical security and guard services to specialized protective details. Federal spending in this area is often driven by the needs of law enforcement, intelligence agencies, and departments responsible for critical infrastructure and national security. Comparable spending benchmarks would typically involve analyzing other contracts for similar security guard and patrol services awarded by DHS, ICE, or other federal agencies operating detention or transportation functions.
Small Business Impact
The provided data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this contract. This suggests that the contract was not specifically targeted towards small businesses, and there is no explicit information about subcontracting plans with small businesses. Consequently, the direct impact on the small business ecosystem for this particular award appears minimal, though the prime contractor may engage small businesses in their supply chain.
Oversight & Accountability
Oversight for this contract would primarily fall under the purview of the U.S. Immigration and Customs Enforcement (ICE), a component of the Department of Homeland Security. Specific oversight mechanisms would likely include contract performance monitoring, regular reporting requirements from Global Precision Systems, LLC, and potentially site visits or audits. Accountability measures would be tied to the terms of the Firm Fixed Price contract, with penalties or remedies for non-performance. Transparency would depend on the agency's policies regarding the release of contract performance information and any Inspector General (IG) reports related to ICE's contracting activities.
Related Government Programs
- DHS Detention Services
- ICE Transportation Services
- Federal Law Enforcement Support Contracts
- Immigration Enforcement Operations
- Government Security Guard Services
Risk Flags
- Limited competition may impact price competitiveness.
- Potential risks associated with detention and transportation services require robust oversight.
- Lack of detailed performance data hinders full value assessment.
Tags
dhs, ice, detention-and-transportation-services, security-guards-and-patrol-services, firm-fixed-price, delivery-order, texas, limited-competition, full-and-open-competition-after-exclusion-of-sources, global-precision-systems-llc, fiscal-year-2015, fiscal-year-2016
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $31.4 million to GLOBAL PRECISION SYSTEMS, LLC. IGF::OT::IGF - DETENTION&TRANSPORTATION SERVICES
Who is the contractor on this award?
The obligated recipient is GLOBAL PRECISION SYSTEMS, LLC.
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 $31.4 million.
What is the period of performance?
Start: 2015-09-23. End: 2016-09-29.
What is the track record of Global Precision Systems, LLC in performing similar government contracts?
Assessing the track record of Global Precision Systems, LLC requires a review of their past performance on federal contracts, particularly those involving security guard and patrol services, detention support, or transportation. Information from sources like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) would be crucial. Key indicators to examine include on-time delivery, quality of service, adherence to contract terms, and any history of disputes, terminations, or corrective actions. A positive performance history would suggest a lower risk for this current contract, while a history of issues might warrant closer scrutiny and more robust oversight from ICE.
How does the awarded amount of $31.4 million compare to similar detention and transportation service contracts?
To compare the $31.4 million award, one would need to identify comparable contracts for detention and transportation services awarded by ICE or other agencies with similar operational needs. Factors such as the duration of the contract (372 days), the scope of services (security guards and patrol), the geographic location (Texas), and the number of individuals served are critical for a meaningful comparison. If similar contracts over a comparable period were awarded for significantly less, it might indicate that this contract was not competitively priced. Conversely, if the scope or complexity is greater, the price might be justified. Without access to a database of comparable contract values and detailed scopes of work, a precise benchmark is difficult.
What are the primary risks associated with providing detention and transportation services, and how are they mitigated in this contract?
Providing detention and transportation services carries inherent risks, including the potential for escapes, violence, medical emergencies, and allegations of mistreatment or human rights violations. Mitigation strategies within this contract would likely involve stringent security protocols, trained personnel, background checks for staff, emergency response plans, and adherence to established detention standards. The Firm Fixed Price nature of the contract incentivizes the contractor to manage these risks efficiently. However, the effectiveness of these mitigation efforts ultimately depends on the contractor's operational capabilities and the oversight provided by ICE. Robust monitoring and clear performance standards are essential to ensure these risks are managed appropriately.
How effective has Global Precision Systems, LLC been in meeting the performance requirements of this specific contract?
Evaluating the effectiveness of Global Precision Systems, LLC in meeting the performance requirements of this specific contract (awarded Sept 2015, ending Sept 2016) would necessitate access to performance reports, such as CPARS data, or internal ICE evaluations. Key performance indicators (KPIs) for security and transportation services typically include response times, incident rates, adherence to schedules, staff qualifications, and compliance with all relevant regulations and policies. Without this specific performance data, it is impossible to definitively state how effective the contractor has been. A review of any documented successes or failures in service delivery would be required.
What has been the historical spending pattern for detention and transportation services by ICE in Texas?
To understand the historical spending pattern for detention and transportation services by ICE in Texas, one would need to analyze federal procurement data over several fiscal years. This analysis should focus on contracts awarded to various vendors for similar services within the state. Key metrics to examine would include the total annual spending, the number of contracts awarded, the average contract value, and the primary contractors receiving awards. This historical context would help determine if the $31.4 million award to Global Precision Systems, LLC represents an increase, decrease, or continuation of previous spending levels and identify any trends in contracting for these services in the region.
Were there any specific justifications provided for the 'Exclusion of Sources' in this competition?
The designation 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' implies that a justification was required and approved for excluding certain potential bidders. Common reasons for such exclusions might include specific technical requirements that only a limited number of vendors could meet, urgent and compelling needs where only one or a few sources were available, or situations where a previous contract was terminated and a new competition was initiated with restrictions. Without access to the specific justification documentation filed with the contract award, it is impossible to determine the exact reasons for the exclusion of sources in this instance. This information would typically be found in the contract file or agency procurement records.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Guards and Patrol Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSCEDM-15-R-00003
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 110 FRONT STREET, SUITE 300, NOME, AK, 99762
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $31,440,997
Exercised Options: $31,440,997
Current Obligation: $31,440,997
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSCEDM15D00009
IDV Type: IDC
Timeline
Start Date: 2015-09-23
Current End Date: 2016-09-29
Potential End Date: 2017-06-14 00:00:00
Last Modified: 2021-05-26
More Contracts from Global Precision Systems, LLC
- FY21 Task Order for Guard Services, Transportation, and Food AT the EL Paso Service Processing Center (EPC), EL Paso, TX — $60.6M (Department of Homeland Security)
- FY20 Task Order for Guard Services, Transportation, and Food AT the EL Paso Service Processing Center (EPC), EL Paso, TX — $52.4M (Department of Homeland Security)
- Detention&transportation Services AT EPC — $51.8M (Department of Homeland Security)
- - Detention&transportation Services — $45.2M (Department of Homeland Security)
- - Detention&transportation Services EL Paso SPC — $40.2M (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)