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

Positive Signals

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

Risk Flags

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 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

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

View all B.I. Incorporated federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending