DHS awards $31.9M for detainee housing to CoreCivic, Inc. in Arizona
Contract Overview
Contract Amount: $31,888,028 ($31.9M)
Contractor: Corecivic, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2016-05-09
End Date: 2017-09-30
Contract Duration: 509 days
Daily Burn Rate: $62.6K/day
Competition Type: FOLLOW ON TO COMPETED ACTION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::CT::IGF DETAINEE HOUSING
Place of Performance
Location: PHOENIX, MARICOPA County, ARIZONA, 85004
State: Arizona Government Spending
Plain-Language Summary
Department of Homeland Security obligated $31.9 million to CORECIVIC, INC. for work described as: IGF::CT::IGF DETAINEE HOUSING Key points: 1. CoreCivic, Inc. secured a $31.9M contract for detainee housing services. 2. This is a follow-on to a competed action, suggesting prior competition. 3. The contract is firm fixed price, providing cost certainty. 4. The sector is Other Justice, Public Order, and Safety Activities.
Value Assessment
Rating: fair
The award amount of $31.9M for 509 days of service appears high when considering the reported benchmark of $6,264.8 per day. Further analysis is needed to understand the specific services included and compare them to similar contracts.
Cost Per Unit: $6,264.80
Competition Analysis
Competition Level: limited
This was a delivery order following a competed action, indicating potential for competition. However, the specific details of the competition method and how price discovery was achieved are not fully detailed, impacting the assessment of value.
Taxpayer Impact: Taxpayer funds are being used for detainee housing services, with the efficiency and cost-effectiveness of this specific award requiring further scrutiny.
Public Impact
Impacts individuals in immigration detention. Affects local communities in Arizona where facilities are located. Contributes to the broader immigration enforcement infrastructure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- High per-unit cost benchmark.
- Limited transparency on competition details.
- Potential for cost overruns if not managed effectively.
Positive Signals
- Firm fixed price contract type.
- Follow-on to a competed action.
Sector Analysis
This contract falls within the Other Justice, Public Order, and Safety Activities sector, which includes services related to correctional facilities and detention centers. Spending in this sector can vary significantly based on policy and demand.
Small Business Impact
There is no indication that small businesses were involved in this specific delivery order. Further investigation would be needed to determine if subcontracting opportunities were made available.
Oversight & Accountability
The contract is a delivery order under a larger contract, suggesting some level of oversight. However, the effectiveness of oversight in ensuring value for money and accountability for services rendered needs to be confirmed.
Related Government Programs
- Other Justice, Public Order, and Safety Activities
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- High per-unit cost benchmark.
- Limited detail on competition specifics.
- Potential for cost overruns.
- Lack of small business participation noted.
- Need for further validation of service scope vs. cost.
Tags
other-justice-public-order-and-safety-ac, department-of-homeland-security, az, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $31.9 million to CORECIVIC, INC.. IGF::CT::IGF DETAINEE HOUSING
Who is the contractor on this award?
The obligated recipient is CORECIVIC, 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 $31.9 million.
What is the period of performance?
Start: 2016-05-09. End: 2017-09-30.
What specific services are included in the detainee housing contract, and how do they justify the per-unit cost benchmark?
The contract likely includes housing, food, security, and basic medical care for detainees. The high per-unit cost benchmark may reflect specialized security requirements, remote locations, or comprehensive service packages. A detailed service level agreement and comparison with similar facilities offering comparable services are necessary to validate the cost.
What were the specific competitive procedures used for this follow-on action, and what was the pricing strategy to ensure fair and reasonable pricing?
As a follow-on to a competed action, the initial competition likely established a baseline. For this delivery order, the agency may have solicited proposals from the original awardee or a limited pool of qualified vendors. The pricing strategy would ideally involve negotiation based on market research and cost analysis to ensure fair and reasonable pricing.
How does the performance of CoreCivic, Inc. on this contract align with the government's objectives for detainee management and cost efficiency?
Performance alignment would be assessed through contract performance metrics, including adherence to service level agreements, detainee welfare standards, and budget management. Regular performance reviews and audits by DHS are crucial to ensure CoreCivic meets its obligations and that taxpayer funds are used efficiently and effectively.
Industry Classification
NAICS: Public Administration › Justice, Public Order, and Safety Activities › Other Justice, Public Order, and Safety Activities
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FOLLOW ON TO COMPETED ACTION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10 BURTON HILLS BLVD, NASHVILLE, TN, 37215
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $31,888,028
Exercised Options: $31,888,028
Current Obligation: $31,888,028
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: DJJODT9C0001
IDV Type: IDC
Timeline
Start Date: 2016-05-09
Current End Date: 2017-09-30
Potential End Date: 2017-09-30 00:00:00
Last Modified: 2019-06-26
More Contracts from Corecivic, Inc.
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Department of Justice)
- Detention Services - LAS Vergas, NV — $558.7M (Department of Justice)
- 151060 — $456.5M (Department of Justice)
- Detention Services — $444.7M (Department of Justice)
- 151060 — $395.4M (Department of Justice)
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)