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
- Potential for cost overruns if program management is inefficient.
- Effectiveness of alternatives to detention in ensuring court appearances needs monitoring.
- Reliance on a single contractor for a critical program.
Positive Signals
- Utilizes full and open competition to ensure fair pricing.
- Focuses on alternatives to detention, potentially reducing incarceration costs.
- Clear contract duration and fixed-price structure.
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
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Contract duration is relatively long (2 years), increasing exposure to potential performance issues.
- Reliance on a single contractor for a critical immigration program.
- Potential for scope creep or unmanaged cost increases if not closely monitored.
- Effectiveness of alternatives to detention can vary significantly based on implementation.
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 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: $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
- 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)