DHS awards $107M contract for immigration supervision services to B.I. Incorporated
Contract Overview
Contract Amount: $107,217,703 ($107.2M)
Contractor: B.I. Incorporated
Awarding Agency: Department of Homeland Security
Start Date: 2016-09-01
End Date: 2017-08-31
Contract Duration: 364 days
Daily Burn Rate: $294.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::CT::IGF INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP III) FOR ALTERNATIVES TO DETENTION
Place of Performance
Location: BOULDER, BOULDER County, COLORADO, 80301
State: Colorado Government Spending
Plain-Language Summary
Department of Homeland Security obligated $107.2 million to B.I. INCORPORATED for work described as: IGF::CT::IGF INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP III) FOR ALTERNATIVES TO DETENTION Key points: 1. The contract is for Intensive Supervision Appearance Program (ISAP III) services, focusing on alternatives to detention. 2. B.I. Incorporated, the sole awardee, has a history of providing similar services. 3. The contract was awarded under full and open competition, suggesting a competitive bidding process. 4. The fixed-price contract type aims to control costs for the government.
Value Assessment
Rating: good
The contract's fixed-price structure provides cost certainty. Benchmarking against similar contracts for detention alternatives would offer further insight into value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Awarded under full and open competition, this method allows all eligible vendors to bid, fostering price discovery and potentially leading to better pricing. The delivery order structure indicates it might be part of a larger indefinite-delivery contract.
Taxpayer Impact: The use of alternatives to detention aims to reduce costs associated with traditional incarceration while ensuring appearance for legal proceedings.
Public Impact
Impacts individuals in immigration proceedings by providing alternatives to detention. Supports the Department of Homeland Security's mission in managing immigration cases. Ensures individuals attend required court dates and comply with immigration laws.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if this is a sole-source delivery order under a broader IDIQ.
- Need to assess performance metrics and outcomes for effectiveness.
- Geographic concentration in Colorado may limit broader applicability or competition.
Positive Signals
- Full and open competition promotes fair pricing.
- Fixed-price contract type offers cost predictability.
- Focus on alternatives to detention aligns with cost-saving strategies.
Sector Analysis
This contract falls under Facilities Support Services, a broad category. Benchmarks for similar immigration services contracts would be relevant for assessing cost-effectiveness.
Small Business Impact
The data does not indicate if small businesses were involved in this contract, either as prime contractors or subcontractors. Further analysis would be needed to determine small business participation.
Oversight & Accountability
Oversight would typically involve monitoring contractor performance against contract requirements and ensuring compliance with federal regulations. The agency's contract management practices are key.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Contract performance risk
- Cost overrun risk
- Data security and privacy risk
- Compliance and regulatory risk
Tags
facilities-support-services, department-of-homeland-security, co, delivery-order, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $107.2 million to B.I. INCORPORATED. IGF::CT::IGF INTENSIVE SUPERVISION APPEARANCE PROGRAM (ISAP III) FOR ALTERNATIVES TO DETENTION
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 $107.2 million.
What is the period of performance?
Start: 2016-09-01. End: 2017-08-31.
What is the cost-effectiveness of ISAP III compared to traditional detention methods?
The cost-effectiveness of ISAP III relies on its ability to reduce the per-diem costs associated with detention while ensuring appearance rates. Alternatives often involve lower overhead and staffing needs. A detailed cost-benefit analysis comparing ISAP III's operational expenses and recidivism rates against traditional detention would be necessary to quantify the savings and overall value to taxpayers.
What are the primary risks associated with this contract for the government?
Key risks include potential contractor performance issues in managing participants, ensuring compliance with program rules, and maintaining accurate reporting. There's also a risk of cost overruns if the fixed-price contract doesn't adequately account for unforeseen program complexities or participant needs. Ensuring data security and participant privacy are also critical risk areas.
How effective is the chosen competition method in ensuring optimal value for taxpayer dollars?
Full and open competition is generally effective in driving value by allowing multiple vendors to compete, which typically leads to lower prices and better service offerings. However, the effectiveness can be diminished if the solicitation requirements are overly restrictive or if the market for such specialized services is limited, potentially reducing the number of truly competitive bids received.
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
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: $107,217,703
Exercised Options: $107,217,703
Current Obligation: $107,217,703
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: 2016-09-01
Current End Date: 2017-08-31
Potential End Date: 2017-11-26 00:00:00
Last Modified: 2017-10-27
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)