DHS Spends $51.6M on Detention Services at South Texas Facility, Awarded via Full and Open Competition
Contract Overview
Contract Amount: $51,612,132 ($51.6M)
Contractor: THE GEO Group, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2016-12-14
End Date: 2017-11-30
Contract Duration: 351 days
Daily Burn Rate: $147.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::OT::IGF DETENTION SERVICES AT THE SOUTH TEXAS DETENTION CENTER
Place of Performance
Location: BOCA RATON, PALM BEACH County, FLORIDA, 33487
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $51.6 million to THE GEO GROUP, INC. for work described as: IGF::OT::IGF DETENTION SERVICES AT THE SOUTH TEXAS DETENTION CENTER Key points: 1. Contract awarded to The GEO Group, Inc. for detention services. 2. Significant spending of $51.6 million over approximately one year. 3. Procured through full and open competition, suggesting market availability. 4. Facilities Support Services sector, with NAICS code 561210. 5. Firm Fixed Price contract type aims to control costs.
Value Assessment
Rating: fair
The contract's value of $51.6 million for approximately 11 months of service appears substantial. Benchmarking against similar detention facility contracts would be necessary to definitively assess pricing fairness, as specific per-unit costs are not provided.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes competitive pricing and ensures the government receives the best value.
Taxpayer Impact: Taxpayer funds are utilized for detention services, with the competitive award process intended to ensure cost-effectiveness.
Public Impact
Impacts individuals detained at the South Texas Detention Center. Affects the operational capacity and standards of immigration detention. Contributes to the broader landscape of private prison and detention services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or quality indicators in provided data.
- Potential for cost overruns if not managed tightly under fixed price.
- Reliance on a single provider for essential services.
Positive Signals
- Awarded through full and open competition.
- Firm Fixed Price contract type.
- Clear contract duration and value.
Sector Analysis
This contract falls within the Facilities Support Services sector, specifically related to government-contracted detention operations. Spending in this sector can fluctuate based on immigration policies and enforcement levels.
Small Business Impact
The provided data does not indicate whether small businesses were involved as subcontractors or prime contractors in this award. Further investigation would be needed to assess small business participation.
Oversight & Accountability
Oversight would typically be managed by U.S. Immigration and Customs Enforcement (ICE) to ensure compliance with contract terms and service standards. The Inspector General's office may also conduct audits.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- High contract value.
- Potential for service quality issues if not rigorously overseen.
- Reliance on a single contractor for essential services.
- Limited transparency on specific performance metrics.
Tags
facilities-support-services, department-of-homeland-security, fl, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $51.6 million to THE GEO GROUP, INC.. IGF::OT::IGF DETENTION SERVICES AT THE SOUTH TEXAS DETENTION CENTER
Who is the contractor on this award?
The obligated recipient is THE GEO GROUP, 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 $51.6 million.
What is the period of performance?
Start: 2016-12-14. End: 2017-11-30.
What were the key performance indicators and service level agreements included in the contract to ensure quality of detention services?
The provided data does not detail specific performance indicators or service level agreements. A thorough review of the contract document itself would be required to ascertain these crucial elements. Without them, assessing the quality and effectiveness of the services rendered is challenging, relying primarily on the fixed price to control costs rather than performance-based incentives.
How does the $51.6 million cost compare to the average cost per detainee for similar facilities operated by DHS?
Without specific per-unit cost data or details on the average daily population, a direct comparison is difficult. However, $51.6 million for approximately 351 days suggests a daily operational cost of roughly $147,000. Benchmarking this against per-detainee costs would require access to average daily population figures and contract specifics.
What mechanisms are in place to ensure accountability and address potential issues of inmate welfare and safety under this contract?
Accountability is typically managed through contract oversight by the contracting agency (ICE), including site visits, performance reviews, and complaint resolution processes. While a firm fixed price contract aims for cost control, specific clauses related to inmate welfare, safety standards, and reporting requirements are crucial for ensuring accountability and addressing potential issues.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING 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
Address: 621 NW 53RD ST STE 700, BOCA RATON, FL, 33487
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $51,612,132
Exercised Options: $51,612,132
Current Obligation: $51,612,132
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSCEDM12D00001
IDV Type: IDC
Timeline
Start Date: 2016-12-14
Current End Date: 2017-11-30
Potential End Date: 2018-04-18 00:00:00
Last Modified: 2021-06-28
More Contracts from THE GEO Group, Inc.
- Detention Services - SAN Diego — $776.9M (Department of Justice)
- Detention Services — $547.5M (Department of Justice)
- Detention Services (SAN Diego, CA) - Funded by the Usms — $345.0M (Department of Justice)
- 151060 — $284.0M (Department of Justice)
- Task Order to Provide Detention Services in LOS Angeles Area of Responsibility — $122.5M (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)