DHS ICE awards $22M for background investigation services, with 6 bidders competing
Contract Overview
Contract Amount: $22,024,908 ($22.0M)
Contractor: Peraton Risk Decision Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2007-08-13
End Date: 2012-09-30
Contract Duration: 1,875 days
Daily Burn Rate: $11.7K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ESTABLISH NEW TASK ORDER FOR BACKGROUND INVESTIGATION SUPPORT SERVICES. BASE YEAR PLUS FOUR (4) OPTION YEARS.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536
Plain-Language Summary
Department of Homeland Security obligated $22.0 million to PERATON RISK DECISION INC. for work described as: ESTABLISH NEW TASK ORDER FOR BACKGROUND INVESTIGATION SUPPORT SERVICES. BASE YEAR PLUS FOUR (4) OPTION YEARS. Key points: 1. Contract awarded on a firm-fixed-price basis, indicating clear cost expectations. 2. The contract duration spans over 5 years, suggesting a need for sustained support. 3. Competition level was moderate, with 6 bidders vying for the award. 4. The North American Industry Classification System (NAICS) code 561611 points to specialized investigation services. 5. This award represents a significant investment in ensuring the integrity of personnel and operations. 6. The contract was awarded as a delivery order under a larger contract vehicle.
Value Assessment
Rating: good
The total value of $22 million over approximately five years suggests a moderate annual spend for background investigation services. Benchmarking this against similar contracts for federal background checks is challenging without more specific service details. However, the firm-fixed-price structure implies that the government secured a defined scope of work at a set price, which is generally favorable for value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded through a competitive delivery order process, indicating that multiple vendors had the opportunity to bid. With 6 bidders, the competition level appears healthy, suggesting that the government received a range of proposals and pricing. This level of competition generally supports price discovery and can lead to more favorable terms for the government.
Taxpayer Impact: A competitive award process with multiple bidders helps ensure that taxpayer funds are used efficiently by driving down costs through market forces.
Public Impact
U.S. Immigration and Customs Enforcement (ICE) benefits from enhanced security and operational readiness. Services include background investigations, crucial for vetting personnel and ensuring national security. The contract's impact is primarily within the District of Columbia, where ICE's headquarters and key operations are located. This contract supports jobs within the private security and investigation sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if the definition of 'background investigation support services' is not tightly managed.
- Reliance on a single contractor for critical vetting services could pose a risk if performance falters.
Positive Signals
- Firm-fixed-price contract provides cost certainty.
- Competitive award process suggests a fair market price was likely achieved.
- Long-term contract (5 years) allows for stable planning and execution of services.
Sector Analysis
The background investigation services sector is a critical component of national security and federal operations. This contract falls within the broader professional, scientific, and technical services industry. Spending in this area is driven by the need for robust vetting of personnel in sensitive government positions. Comparable spending benchmarks would depend on the specific scope and volume of investigations required by agencies like ICE.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, Peraton Risk Decision Inc., is likely a large business. There is no explicit information on subcontracting plans for small businesses within this award notice, which could represent missed opportunities for small business participation in this significant federal contract.
Oversight & Accountability
As a delivery order under a larger contract vehicle, oversight would likely be managed by the contracting officer and program managers within U.S. Immigration and Customs Enforcement. The firm-fixed-price nature of the contract provides a degree of financial oversight. Transparency is generally maintained through contract award databases, though detailed performance metrics are typically internal.
Related Government Programs
- Federal Bureau of Investigation (FBI) background checks
- Office of Personnel Management (OPM) investigations
- Department of Defense (DoD) security clearances
- General Services Administration (GSA) contract vehicles
Risk Flags
- Potential for performance issues if contractor fails to meet timeliness or accuracy standards.
- Risk associated with handling sensitive personal information.
- Dependence on a single vendor for critical security functions.
Tags
dhs, ice, background-investigation, investigation-services, competitive-delivery-order, firm-fixed-price, district-of-columbia, professional-scientific-and-technical-services, peraton-risk-decision-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $22.0 million to PERATON RISK DECISION INC.. ESTABLISH NEW TASK ORDER FOR BACKGROUND INVESTIGATION SUPPORT SERVICES. BASE YEAR PLUS FOUR (4) OPTION YEARS.
Who is the contractor on this award?
The obligated recipient is PERATON RISK DECISION 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 $22.0 million.
What is the period of performance?
Start: 2007-08-13. End: 2012-09-30.
What is the historical spending trend for background investigation services at DHS ICE?
Analyzing historical spending for background investigation services at DHS ICE requires access to detailed contract databases beyond this single award notice. This specific contract, awarded in 2007 and ending in 2012, represents a $22 million investment over its five-year period. To understand trends, one would need to examine prior and subsequent contracts for similar services, looking at total obligated amounts, contract types, and the number of awards over time. Factors such as changes in immigration policy, security threats, and agency staffing levels would likely influence spending patterns in this area. Without a broader dataset, it's difficult to establish a definitive trend from this single data point.
How does the price per investigation compare to industry benchmarks?
Determining a precise per-unit cost for background investigations is complex without knowing the exact scope and depth of each investigation conducted under this contract. The total contract value is $22,024,908.42 over approximately 1875 days (5 years). If we assume a consistent workload, the average annual value is roughly $4.4 million. However, the number of investigations performed is not provided. Industry benchmarks for background checks vary widely based on the level of scrutiny (e.g., basic checks vs. top-secret clearances), the types of checks performed (e.g., criminal history, credit checks, interviews), and the geographic location of the subject. Therefore, a direct comparison of price per investigation is not feasible with the available data.
What is Peraton Risk Decision Inc.'s track record with federal background investigation contracts?
Peraton Risk Decision Inc. (and its predecessors/related entities) has a significant history of providing services to the federal government, including background investigation support. Examining their contract portfolio reveals numerous awards across various agencies, often related to security, intelligence, and personnel vetting. Their experience likely includes managing large-scale investigation programs, adhering to strict government regulations and standards (such as those set by the Office of Personnel Management - OPM), and maintaining secure data handling protocols. A deeper analysis would involve reviewing specific past performance evaluations and contract histories to assess their reliability, quality of service, and ability to meet demanding requirements in sensitive areas.
What are the key performance indicators (KPIs) used to measure the success of this contract?
Key Performance Indicators (KPIs) for background investigation support services typically focus on timeliness, accuracy, and completeness of investigations. For this contract, specific KPIs would likely include metrics such as the average turnaround time for completing different types of investigations, the rate of investigations completed within the contracted timeframe, the accuracy and thoroughness of the reports submitted, and the number of investigations requiring rework due to errors or omissions. Adherence to security protocols and data privacy regulations would also be critical performance areas. While not detailed in this award notice, such KPIs are essential for ensuring the contractor meets the government's requirements for vetting personnel effectively and efficiently.
How has the volume of background investigations conducted by ICE changed over time?
The provided data focuses on a single contract award from 2007-2012 and does not offer insights into the volume of background investigations conducted by ICE over time. To assess changes in volume, one would need to analyze multiple contract awards for investigation services across different fiscal years, noting the estimated number of investigations or the total value awarded annually. Factors influencing volume could include shifts in ICE's staffing needs, changes in hiring policies, increased security mandates, or evolving immigration enforcement priorities. Without historical contract data and workload metrics, it is impossible to determine how the volume has changed.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Investigation and Personal Background Check Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: THE Veritas Capital Fund II L P (UEI: 160610809)
Address: 11411 ISAAC NEWTON SQUARE SOUTH, RESTON, VA, 20190
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $22,024,908
Exercised Options: $22,024,908
Current Obligation: $22,024,908
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Parent Contract
Parent Award PIID: GS02F0054S
IDV Type: FSS
Timeline
Start Date: 2007-08-13
Current End Date: 2012-09-30
Potential End Date: 2012-09-30 00:00:00
Last Modified: 2017-07-29
More Contracts from Peraton Risk Decision Inc.
- Background Investigations Fieldwork Serv. This IS NOT a NEW Task Order. in Accordance With Executive Order 13869, Dated April 24, 2019, This Task Order HAS Been Transferred From the Nbib to the Dcsa. the Original Task Order Number IS 24362018F0106 — $741.3M (Department of Defense)
- Task Order for Background Fieldwork Investigative Products — $683.0M (Department of Defense)
- 24362018f0106-Task Order #2 11/01/2017-10/30/2018 Background Investigation Services — $622.2M (Office of Personnel Management)
- To0001-Task Order #1 for 02/01/2017-03/31/2017 — $112.8M (Office of Personnel Management)
- Background Investigations — $33.8M (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)