DHS awarded CoreCivic $23M for detention services in Tennessee, a follow-on to a competed action
Contract Overview
Contract Amount: $23,084,957 ($23.1M)
Contractor: Corecivic, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2017-06-27
End Date: 2018-06-30
Contract Duration: 368 days
Daily Burn Rate: $62.7K/day
Competition Type: FOLLOW ON TO COMPETED ACTION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::OT::IGF CORECIVIC FLORENCE CORRECTION FACILITY DETENTION SERVICES
Place of Performance
Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37215
Plain-Language Summary
Department of Homeland Security obligated $23.1 million to CORECIVIC, INC. for work described as: IGF::OT::IGF CORECIVIC FLORENCE CORRECTION FACILITY DETENTION SERVICES Key points: 1. The contract represents a significant investment in detention services, highlighting the ongoing need for such facilities. 2. CoreCivic, a major player in private corrections, holds a substantial portion of the detention services market. 3. The fixed-price nature of the contract provides some cost certainty, but requires careful monitoring of service delivery. 4. The follow-on nature suggests a degree of contractor familiarity and established operational processes. 5. Geographic concentration in Tennessee may indicate specific regional immigration enforcement priorities. 6. The contract's duration and value warrant scrutiny for potential cost efficiencies and performance outcomes.
Value Assessment
Rating: fair
The awarded amount of $23,084,956.66 for detention services over approximately 368 days appears to be within a reasonable range for large-scale detention operations. Benchmarking against similar contracts for correctional facility management and detention services would provide a clearer picture of value for money. However, without specific per-detainee-per-day cost data or comparisons to publicly operated facilities, a definitive assessment of cost-effectiveness is challenging. The firm-fixed-price structure helps control costs but relies heavily on the contractor's operational efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded as a follow-on to a competed action, indicating that the initial award was subject to a competitive bidding process. While the specific details of the original competition are not provided, the 'follow-on' designation suggests that the current award may have been made to the incumbent contractor based on performance or through a streamlined process. The level of competition for the original award would have been crucial in determining price discovery and ensuring the government received the best value.
Taxpayer Impact: A competitive initial award generally benefits taxpayers by driving down prices and encouraging innovation. The follow-on nature, if not re-competed, could potentially lead to less aggressive pricing compared to a new full and open competition.
Public Impact
Immigrants in U.S. Immigration and Customs Enforcement (ICE) custody in Tennessee benefit from the provision of detention services. The contract ensures the availability of secure facilities for the housing and management of detainees. The geographic impact is concentrated in Tennessee, supporting federal immigration enforcement operations within that region. The contract supports jobs within the private corrections industry, specifically at the Florence Correction Facility.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for over-reliance on a single provider for critical detention services.
- Ensuring consistent adherence to humane treatment and care standards within detention facilities.
- Monitoring contractor performance to prevent service degradation over the contract term.
- Assessing the long-term cost-effectiveness compared to alternative detention models or publicly run facilities.
Positive Signals
- Follow-on award suggests satisfactory performance on the previous contract.
- Firm-fixed-price contract provides cost predictability for the government.
- The contract is for a defined period, allowing for periodic re-evaluation of needs and contractor performance.
- Awarded by a major federal agency (DHS) indicates adherence to established procurement processes.
Sector Analysis
The detention services sector is a significant part of the broader private corrections industry, which manages correctional facilities and provides related services for government agencies. This contract fits within the 'Other Justice, Public Order, and Safety Activities' category, reflecting the government's need for specialized facilities to manage individuals in immigration proceedings. Spending in this sector is often influenced by immigration policies, enforcement priorities, and judicial backlogs. Comparable spending benchmarks would involve analyzing the per-diem costs of other ICE or BOP detention contracts.
Small Business Impact
This contract was not specifically set aside for small businesses, and the prime contractor, CoreCivic, Inc., is a large corporation. There is no explicit information provided regarding subcontracting plans or goals for small businesses within this specific award. The impact on the small business ecosystem is likely minimal unless CoreCivic actively engages small businesses for support services related to facility operations or maintenance.
Oversight & Accountability
Oversight for this contract would primarily fall under U.S. Immigration and Customs Enforcement (ICE), a component of the Department of Homeland Security (DHS). ICE contracting officers and program managers are responsible for monitoring contractor performance, ensuring compliance with contract terms, and verifying service delivery. Transparency is facilitated through contract award databases like FPDS. While specific Inspector General (IG) jurisdiction for this particular contract isn't detailed, the DHS Office of Inspector General generally has oversight over DHS spending and operations, including those related to detention services.
Related Government Programs
- Immigration and Customs Enforcement (ICE) Operations
- Detention and Removal Operations
- Federal Bureau of Prisons (BOP) Contracts
- Department of Justice (DOJ) Contracts
- Secure Facility Management Services
Risk Flags
- Contract Type: Firm Fixed Price
- Contracting Agency: Department of Homeland Security
- Contracting Component: U.S. Immigration and Customs Enforcement
- Follow-on Action
- Private Detention Facility Operation
Tags
sector-other, agency-dhs, agency-ice, contract-type-firm-fixed-price, contract-award-type-delivery-order, competition-level-full-and-open, location-tennessee, contractor-corecivic, service-detention-services, duration-over-1-year, value-category-millions
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $23.1 million to CORECIVIC, INC.. IGF::OT::IGF CORECIVIC FLORENCE CORRECTION FACILITY DETENTION SERVICES
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 $23.1 million.
What is the period of performance?
Start: 2017-06-27. End: 2018-06-30.
What is CoreCivic's track record with ICE and DHS regarding detention services?
CoreCivic, Inc. has a long-standing and extensive track record of providing detention and correctional services to various government agencies, including U.S. Immigration and Customs Enforcement (ICE) and the Federal Bureau of Prisons (BOP). They operate numerous facilities across the United States under various contract types. While their history includes significant contract awards, it has also been marked by scrutiny and criticism related to facility conditions, inmate safety, and cost-effectiveness. ICE and DHS performance evaluations, available through contract data systems, would provide specific metrics on CoreCivic's performance under this and similar contracts, including compliance with standards, incident rates, and responsiveness to issues. Publicly available information and IG reports often detail specific concerns or commendations related to their operations.
How does the per-diem cost of this contract compare to other ICE detention facilities?
Determining the exact per-diem cost for this specific contract requires dividing the total award amount ($23,084,956.66) by the estimated number of detainee days over the contract period (approximately 368 days). Without knowing the average daily population housed at the Florence Correction Facility under this contract, a precise per-diem rate cannot be calculated. However, ICE detention per-diem rates can vary significantly based on facility type, location, services provided, and contract terms. Historically, per-diem rates for ICE detention have ranged from approximately $100 to over $200 per detainee per day. To benchmark this contract, one would need to compare its calculated per-diem rate against the rates of other ICE-contracted facilities of similar size and service level, as well as against publicly operated facilities, to assess value for money.
What are the primary risks associated with relying on private contractors for immigration detention?
The primary risks associated with relying on private contractors for immigration detention include potential conflicts of interest (profit motive versus humane care), challenges in ensuring consistent quality of care and adherence to standards, difficulties in oversight and accountability, and the potential for higher costs if not managed effectively. Critics often point to instances of understaffing, inadequate medical care, and safety concerns within privately operated facilities. Furthermore, the "revolving door" phenomenon, where former government officials move into high-paying positions within contracting companies, can raise concerns about undue influence. Ensuring robust contract management, independent oversight, and clear performance metrics are crucial to mitigating these risks.
What is the historical spending trend for immigration detention services by DHS?
Historical spending by the Department of Homeland Security (DHS) on immigration detention services has shown a significant upward trend over the past two decades, largely driven by increased numbers of border apprehensions and evolving immigration policies. Both U.S. Immigration and Customs Enforcement (ICE) and U.S. Customs and Border Protection (CBP) contract for detention space. Spending fluctuates based on enforcement priorities, judicial decisions, and political directives. While specific year-over-year figures require detailed analysis of DHS budget appropriations and contract databases, the overall trajectory indicates a substantial and growing reliance on both government-run and privately-operated facilities to manage the detainee population. This trend has led to increased scrutiny of the costs, conditions, and effectiveness of these detention operations.
How does the 'follow-on to competed action' designation impact transparency and competition?
The 'follow-on to competed action' designation indicates that the initial contract was awarded through a competitive process, but the current award is a subsequent action, potentially to the same contractor. This can impact transparency and competition in several ways. While the initial competition likely provided a baseline for price and performance, a follow-on action might not undergo the same rigorous, full-and-open competition. Depending on the specific procurement regulations and the nature of the follow-on action (e.g., options, modifications, or new task orders), the level of competition could be limited or even non-existent if it's a sole-source extension based on the original competition's success. This can reduce opportunities for new vendors to enter the market and potentially limit price reductions that might occur in a fresh competitive bidding environment. Transparency is maintained through public contract databases, but the nuances of the follow-on process might obscure the full competitive landscape.
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: $23,084,957
Exercised Options: $23,084,957
Current Obligation: $23,084,957
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: 2017-06-27
Current End Date: 2018-06-30
Potential End Date: 2018-09-20 00:00:00
Last Modified: 2018-08-21
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)