DHS awards $27.8M contract to CoreCivic for detention services, raising concerns about competition and value

Contract Overview

Contract Amount: $27,800,500 ($27.8M)

Contractor: Corecivic, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2006-12-18

End Date: 2007-09-30

Contract Duration: 286 days

Daily Burn Rate: $97.2K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: OTHER (NONE OF THE ABOVE)

Sector: Other

Official Description: FUNDS FOR DETENTION, WAGES, MEALS AND MILEAGE REIMBURSEMENT- HOUSTON FIELD OFFICE

Place of Performance

Location: HOUSTON, HARRIS County, TEXAS, 77060

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $27.8 million to CORECIVIC, INC. for work described as: FUNDS FOR DETENTION, WAGES, MEALS AND MILEAGE REIMBURSEMENT- HOUSTON FIELD OFFICE Key points: 1. CoreCivic, a major private prison operator, secured a significant contract for detention services. 2. The contract was not competed, raising questions about price discovery and potential overpayment. 3. The high value of the contract warrants scrutiny regarding its necessity and efficiency. 4. The sector involves private provision of government services, often subject to oversight challenges.

Value Assessment

Rating: questionable

The contract value of $27.8M for detention services appears high, especially given the lack of competition. Benchmarking against similar contracts for detention operations is difficult without more data, but the absence of competitive bidding suggests potential for inflated pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was sole-sourced, meaning it was awarded directly to CoreCivic without seeking bids from other vendors. This significantly limits price discovery and may lead to less favorable terms for the government.

Taxpayer Impact: The lack of competition in this sole-source award means taxpayers may be paying more than necessary for these detention services.

Public Impact

The use of private companies for detention services raises ethical and accountability questions. Lack of competition in government contracting can lead to higher costs for taxpayers. The significant funds allocated could potentially be redirected to improve public services or alternative solutions.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader security and government services sector, specifically related to detention operations. Benchmarks for detention services can vary widely based on location, services provided, and contract structure, but significant sole-source awards warrant careful review.

Small Business Impact

The contract was awarded to CoreCivic, Inc., a large corporation, and there is no indication that small businesses were involved as subcontractors or partners in this specific award. The focus on a single large provider often bypasses opportunities for small business participation.

Oversight & Accountability

Sole-source contracts require robust oversight to ensure fair pricing and adequate service delivery. The Department of Homeland Security, specifically U.S. Immigration and Customs Enforcement, is responsible for overseeing this contract, but the lack of competition limits the usual oversight mechanisms tied to competitive bidding.

Related Government Programs

Risk Flags

Tags

security-guards-and-patrol-services, department-of-homeland-security, tx, do, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $27.8 million to CORECIVIC, INC.. FUNDS FOR DETENTION, WAGES, MEALS AND MILEAGE REIMBURSEMENT- HOUSTON FIELD OFFICE

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 $27.8 million.

What is the period of performance?

Start: 2006-12-18. End: 2007-09-30.

What was the justification for awarding this contract on a sole-source basis instead of competing it?

The justification for a sole-source award typically involves circumstances where only one responsible source can provide the required supplies or services. For detention services, this might be argued if a specific facility or location is uniquely suited or already operational, but such claims require rigorous documentation and justification to prevent potential abuse of the sole-source authority.

How does the per-unit cost of detention services under this contract compare to government-run facilities or competitively bid private contracts?

Without specific per-unit cost data (e.g., cost per detainee per day) and comparable benchmarks, it's impossible to definitively assess value. However, sole-source contracts are inherently at a disadvantage regarding price discovery. A thorough review would involve comparing the all-in cost of this contract against industry averages for similar services, adjusted for geographic location and specific service inclusions.

What mechanisms are in place to ensure the effectiveness and quality of detention services provided by CoreCivic under this contract, given the lack of competitive pressure?

Effectiveness and quality are typically ensured through detailed performance standards, service level agreements, and regular monitoring by the contracting agency (ICE). Despite the sole-source nature, ICE should have robust inspection protocols, performance metrics, and grievance procedures in place to hold CoreCivic accountable for meeting contractual obligations and maintaining humane standards.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Guards and Patrol Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: OTHER (NONE OF THE ABOVE) (3)

Evaluated Preference: NONE

Contractor Details

Address: 10 BURTON HILLS BLVD, NASHVILLE, TN, 90

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $27,800,500

Exercised Options: $27,800,500

Current Obligation: $27,800,500

Parent Contract

Parent Award PIID: HSACD3C0015

IDV Type: IDC

Timeline

Start Date: 2006-12-18

Current End Date: 2007-09-30

Potential End Date: 2007-09-30 00:00:00

Last Modified: 2010-03-13

More Contracts from Corecivic, Inc.

View all Corecivic, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending