DOJ's Bureau of Prisons awards $2.1M contract for residential reentry services in Kansas

Contract Overview

Contract Amount: $2,090,030 ($2.1M)

Contractor: Correctional Solutions Group, LLC

Awarding Agency: Department of Justice

Start Date: 2024-11-01

End Date: 2025-10-31

Contract Duration: 364 days

Daily Burn Rate: $5.7K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TO PROVIDE RESIDENTIAL REENTRY CENTER (RRC) SERVICES, AND HOME CONFINEMENT SERVICES, LOCATED WITHIN THE WICHITA, KANSAS AREA. FY25 OY4 FUNDING POP - 11/1/24 - 10/1/25

Place of Performance

Location: WICHITA, SEDGWICK County, KANSAS, 67201

State: Kansas Government Spending

Plain-Language Summary

Department of Justice obligated $2.1 million to CORRECTIONAL SOLUTIONS GROUP, LLC for work described as: TO PROVIDE RESIDENTIAL REENTRY CENTER (RRC) SERVICES, AND HOME CONFINEMENT SERVICES, LOCATED WITHIN THE WICHITA, KANSAS AREA. FY25 OY4 FUNDING POP - 11/1/24 - 10/1/25 Key points: 1. Contract provides essential residential reentry and home confinement services. 2. Services are critical for offender rehabilitation and community reintegration. 3. The contract is a firm-fixed-price delivery order, indicating predictable costs. 4. Funding is allocated for Fiscal Year 2025. 5. The contractor, CORRECTIONAL SOLUTIONS GROUP, LLC, will operate in the Wichita, Kansas area. 6. This award represents a specific component of broader correctional services spending.

Value Assessment

Rating: good

The contract value of approximately $2.1 million for a one-year period appears reasonable for the provision of residential reentry and home confinement services. Benchmarking against similar contracts for these specialized services is crucial for a definitive value assessment. However, the firm-fixed-price structure suggests that the government has negotiated a set cost for the defined scope of work, which can be advantageous in managing expenditures.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The Bureau of Prisons' use of full and open competition suggests a commitment to exploring the market for the best value.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the potential for cost savings through a wider range of bids and encourages market innovation.

Public Impact

Individuals re-entering the community from correctional facilities will benefit from structured support and supervision. The services delivered include residential reentry center (RRC) operations and home confinement. The geographic impact is focused on the Wichita, Kansas area. This contract supports the workforce involved in correctional services and offender management.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the broader 'Other Residential Care Facilities' industry, specifically serving the correctional services sector. This sector is characterized by government contracts for offender management, rehabilitation, and reentry programs. The market size for such services is substantial, driven by federal, state, and local correctional budgets. This specific award represents a targeted investment in community-based correctional support.

Small Business Impact

The provided data does not indicate if this contract included small business set-asides or subcontracting goals. As it was awarded under full and open competition, it is possible that small businesses participated in the bidding process. Further analysis would be needed to determine the extent of small business involvement or any specific subcontracting requirements.

Oversight & Accountability

Oversight of this contract would typically be managed by the Federal Bureau of Prisons, which is responsible for ensuring that the contractor meets all performance standards and contractual obligations. Accountability measures are inherent in the firm-fixed-price contract structure, with payments tied to service delivery. Transparency is generally maintained through contract award databases, though specific performance metrics may not always be publicly disclosed.

Related Government Programs

Risk Flags

Tags

correctional-services, residential-reentry, home-confinement, department-of-justice, bureau-of-prisons, kansas, wichita, firm-fixed-price, delivery-order, full-and-open-competition, fy25, offender-rehabilitation

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $2.1 million to CORRECTIONAL SOLUTIONS GROUP, LLC. TO PROVIDE RESIDENTIAL REENTRY CENTER (RRC) SERVICES, AND HOME CONFINEMENT SERVICES, LOCATED WITHIN THE WICHITA, KANSAS AREA. FY25 OY4 FUNDING POP - 11/1/24 - 10/1/25

Who is the contractor on this award?

The obligated recipient is CORRECTIONAL SOLUTIONS GROUP, LLC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).

What is the total obligated amount?

The obligated amount is $2.1 million.

What is the period of performance?

Start: 2024-11-01. End: 2025-10-31.

What is the track record of CORRECTIONAL SOLUTIONS GROUP, LLC in providing residential reentry services?

A comprehensive review of CORRECTIONAL SOLUTIONS GROUP, LLC's track record would involve examining past performance on similar federal, state, or local contracts. This includes assessing their history of meeting performance metrics, compliance with regulations, client satisfaction, and any past performance issues or disputes. Information on their experience with managing residential facilities and home confinement programs, including the scale and duration of previous operations, would be critical. Additionally, their financial stability and capacity to manage the current contract's scope and volume of services are important considerations. Without specific past performance data for this contractor, it is difficult to definitively assess their reliability for this particular award.

How does the cost of this contract compare to similar residential reentry services in other regions?

To benchmark the value of this $2.1 million contract for residential reentry and home confinement services, a comparison with similar contracts awarded by the Bureau of Prisons or other federal agencies in different geographic locations would be necessary. Factors influencing cost variations include the cost of living in the service area, the specific services mandated (e.g., level of supervision, programming offered), the capacity of the facility, and the prevailing market rates for such services. A detailed analysis would involve identifying comparable contracts, adjusting for regional economic differences, and evaluating the scope of services provided to determine if this contract represents a fair and reasonable price for the taxpayer.

What are the primary risks associated with this contract and how are they being mitigated?

Key risks for this contract include potential performance deficiencies by the contractor in delivering quality residential reentry and home confinement services, leading to compromised offender rehabilitation and public safety. Another risk is the potential for cost overruns if the firm-fixed-price model does not adequately account for unforeseen operational challenges, though this is less likely with this contract type. Mitigation strategies likely involve robust performance monitoring by the Bureau of Prisons, clear performance standards and metrics outlined in the contract, and regular contractor reviews. The firm-fixed-price structure itself mitigates financial risk for the government by capping costs. Ensuring the contractor maintains adequate staffing and adheres to all regulatory requirements are also critical mitigation efforts.

What is the expected effectiveness of these residential reentry services in reducing recidivism?

The effectiveness of residential reentry services in reducing recidivism is generally supported by evidence, provided the programs are well-designed and implemented. These services aim to provide a structured environment that helps individuals transition from incarceration back into the community by offering housing, employment assistance, counseling, and other support services. The specific effectiveness of this contract will depend on the quality and comprehensiveness of the services provided by CORRECTIONAL SOLUTIONS GROUP, LLC, as well as the characteristics of the offender population served. The Bureau of Prisons likely has performance metrics tied to recidivism rates, successful completion of programs, and employment outcomes that will be used to evaluate the program's impact over time.

How has federal spending on residential reentry services evolved over the past five years?

Federal spending on residential reentry services has generally seen an upward trend over the past five years, reflecting a growing emphasis on evidence-based practices for offender rehabilitation and reducing prison populations. Agencies like the Bureau of Prisons and the Office of Justice Programs consistently allocate significant funds to these programs as part of broader criminal justice reform efforts. This spending is driven by the recognition that effective reentry support can lower recidivism rates and associated long-term costs of incarceration. Analyzing historical spending data would reveal specific budget allocations, the number of contracts awarded, and the average contract values, providing context for the current $2.1 million award.

Industry Classification

NAICS: Health Care and Social AssistanceOther Residential Care FacilitiesOther Residential Care Facilities

Product/Service Code: SOCIAL SERVICESSOCIAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: RFP-200-1345-CS

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 434 VINE ST, TYLER, TX, 75702

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $2,090,030

Exercised Options: $2,090,030

Current Obligation: $2,090,030

Actual Outlays: $2,093,219

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 15BRRC20D00000204

IDV Type: IDC

Timeline

Start Date: 2024-11-01

Current End Date: 2025-10-31

Potential End Date: 2025-10-31 00:00:00

Last Modified: 2026-02-11

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending