DHS awards $123M contract for Intensive Supervision Appearance Program (ISAP III) to B.I. Incorporated

Contract Overview

Contract Amount: $123,170,952 ($123.2M)

Contractor: B.I. Incorporated

Awarding Agency: Department of Homeland Security

Start Date: 2017-09-01

End Date: 2019-08-31

Contract Duration: 729 days

Daily Burn Rate: $169.0K/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 $123.2 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. Contract awarded to B.I. Incorporated for Alternatives to Detention services. 2. The contract value is $123,170,951.98 over 729 days. 3. Full and open competition was utilized for this award. 4. The primary sector is Facilities Support Services.

Value Assessment

Rating: fair

The contract value of $123M for a 2-year period suggests a significant investment in detention alternatives. Benchmarking against similar contracts for large-scale supervision programs is necessary to assess pricing fairness.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating a competitive bidding process. This method generally promotes price discovery and potentially better pricing for the government.

Taxpayer Impact: The use of alternatives to detention aims to reduce costs associated with traditional incarceration, potentially leading to taxpayer savings if effective.

Public Impact

Impacts individuals in immigration proceedings by providing alternatives to detention. Supports the Department of Homeland Security's immigration enforcement and management strategies. The program's success hinges on effective monitoring and compliance with appearance requirements.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under Facilities Support Services, specifically related to managing individuals in immigration proceedings. Benchmarks for similar large-scale supervision or case management contracts would be relevant for comparison.

Small Business Impact

The data does not indicate any specific set-asides for small businesses. The primary awardee is B.I. Incorporated, a large corporation, suggesting limited direct opportunities for small businesses in this prime contract.

Oversight & Accountability

Oversight by U.S. Immigration and Customs Enforcement (ICE) is crucial to ensure B.I. Incorporated meets program objectives, manages costs effectively, and adheres to contract terms and conditions.

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 $123.2 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 $123.2 million.

What is the period of performance?

Start: 2017-09-01. End: 2019-08-31.

What is the cost-effectiveness of ISAP III compared to traditional detention methods?

Assessing the cost-effectiveness requires a detailed analysis comparing the per-participant cost of ISAP III against the per-inmate cost of traditional detention, factoring in all associated expenses like housing, security, and healthcare. Data on recidivism and appearance rates for both methods would also be critical to determine if the chosen alternatives are achieving their intended outcomes more efficiently.

What are the key performance indicators (KPIs) for B.I. Incorporated under this contract, and how are they measured?

Key performance indicators likely include successful participant check-ins, compliance with court appearance schedules, and adherence to program rules. Measurement methods would involve regular reporting from B.I. Incorporated, potentially supplemented by government audits and site visits to verify program operations and participant engagement.

How does the pricing structure of this contract ensure value for taxpayer money over its duration?

The firm fixed-price structure aims to provide cost certainty. However, value for taxpayer money is ultimately determined by the contractor's performance in meeting program goals, such as ensuring appearances and providing effective supervision, at a reasonable cost. Ongoing monitoring and evaluation are essential to confirm that the fixed price aligns with achieved outcomes.

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: $123,170,952

Exercised Options: $123,170,952

Current Obligation: $123,170,952

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: 2017-09-01

Current End Date: 2019-08-31

Potential End Date: 2019-08-31 00:00:00

Last Modified: 2019-10-24

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