US Marshals Service awards $3.1M contract for prisoner transportation services in California

Contract Overview

Contract Amount: $3,094,964 ($3.1M)

Contractor: Starside Security & Investigation Inc

Awarding Agency: Department of Justice

Start Date: 2025-05-19

End Date: 2026-10-31

Contract Duration: 530 days

Daily Burn Rate: $5.8K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: CONTRACTOR TO PROVIDE PRISONER TRANSPORTATION SERVICES IAW THE BPA PERFORMANCE WORK STATEMENT TO INCLUDE QUALIFIED CONTRACT DETENTION OFFICERS (CDOS) IN SUPPORT OF THE UNITED STATES MARSHALS SERVICE (USMS) FOR REGION 11.

Place of Performance

Location: DIAMOND BAR, LOS ANGELES County, CALIFORNIA, 91765

State: California Government Spending

Plain-Language Summary

Department of Justice obligated $3.1 million to STARSIDE SECURITY & INVESTIGATION INC for work described as: CONTRACTOR TO PROVIDE PRISONER TRANSPORTATION SERVICES IAW THE BPA PERFORMANCE WORK STATEMENT TO INCLUDE QUALIFIED CONTRACT DETENTION OFFICERS (CDOS) IN SUPPORT OF THE UNITED STATES MARSHALS SERVICE (USMS) FOR REGION 11. Key points: 1. Contract awarded to Starside Security & Investigation Inc. for prisoner transportation. 2. Services include qualified contract detention officers for the US Marshals Service. 3. The contract is for Region 11, covering California. 4. Performance period spans from May 2025 to October 2026. 5. Contract type is a Blanket Purchase Agreement (BPA) Call. 6. Pricing is based on Time and Materials. 7. The contract was awarded under full and open competition.

Value Assessment

Rating: fair

The contract value of $3.1 million over approximately 1.5 years for prisoner transportation services in a large region like California appears to be within a reasonable range, though specific benchmarks are difficult to ascertain without detailed service level agreements and unit cost breakdowns. The Time and Materials pricing structure introduces some risk of cost overruns if not closely monitored. Comparison to similar contracts for prisoner transport by federal agencies would provide better insight into value for money.

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 the competitive nature suggests that the US Marshals Service sought to obtain the best value through a bidding process. This approach generally leads to more competitive pricing and a wider selection of qualified providers.

Taxpayer Impact: Taxpayers benefit from a competitive bidding process which typically drives down costs and ensures that the government receives services at a fair market price.

Public Impact

Benefits federal law enforcement agencies, specifically the U.S. Marshals Service, by providing essential support for prisoner movement. Ensures the safe and secure transportation of individuals in federal custody. Services are geographically focused on Region 11, which includes California. Supports employment for contract detention officers and related security personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The security services sector, particularly those related to government contracting, is a significant market. This contract falls under the 'Security Guards and Patrol Services' category. Federal agencies frequently contract out services like prisoner transportation to specialized private companies to leverage expertise and manage fluctuating demand. Benchmarking would involve comparing this contract's value and scope to other federal or state contracts for similar services in comparable regions.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, Starside Security & Investigation Inc., is likely a larger entity or the competition was open to all qualified bidders regardless of size. There is no explicit information on subcontracting requirements, but larger contracts often include provisions for small business participation.

Oversight & Accountability

Oversight for this contract would primarily fall under the U.S. Marshals Service, which is responsible for ensuring that Starside Security & Investigation Inc. adheres to the Performance Work Statement (PWS) and all contractual obligations. The Department of Justice's Office of the Inspector General (OIG) may also conduct audits or investigations into contract performance and financial management to ensure accountability and prevent fraud. Transparency would be enhanced by public reporting of contract performance metrics and any issued task orders.

Related Government Programs

Risk Flags

Tags

security-services, prisoner-transportation, us-marshals-service, department-of-justice, california, blanket-purchase-agreement-call, time-and-materials, full-and-open-competition, region-11, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $3.1 million to STARSIDE SECURITY & INVESTIGATION INC. CONTRACTOR TO PROVIDE PRISONER TRANSPORTATION SERVICES IAW THE BPA PERFORMANCE WORK STATEMENT TO INCLUDE QUALIFIED CONTRACT DETENTION OFFICERS (CDOS) IN SUPPORT OF THE UNITED STATES MARSHALS SERVICE (USMS) FOR REGION 11.

Who is the contractor on this award?

The obligated recipient is STARSIDE SECURITY & INVESTIGATION INC.

Which agency awarded this contract?

Awarding agency: Department of Justice (U.S. Marshals Service).

What is the total obligated amount?

The obligated amount is $3.1 million.

What is the period of performance?

Start: 2025-05-19. End: 2026-10-31.

What is the historical spending pattern of the U.S. Marshals Service for prisoner transportation services in Region 11?

Analyzing historical spending for prisoner transportation by the U.S. Marshals Service in Region 11 is crucial for context. Without specific historical data for this region, we can infer general trends. The USMS is the primary federal agency responsible for transporting federal prisoners, and its needs fluctuate based on judicial caseloads and detention capacities. Historically, the agency has relied on a mix of its own assets and contracted services. The total annual spending on prisoner transportation can run into hundreds of millions of dollars nationwide. This particular $3.1 million BPA call over approximately 1.5 years represents a segment of that larger expenditure. Understanding the volume of prisoners transported, the average distance, and the cost per prisoner in previous years would allow for a more accurate assessment of whether this contract's value is aligned with past expenditures and inflation.

How does the per-unit cost of this contract compare to industry benchmarks for prisoner transportation?

Determining a precise per-unit cost for this contract is challenging without a detailed breakdown of services rendered and the specific metrics used (e.g., cost per prisoner per mile, cost per transport event). The contract is awarded on a Time and Materials basis, which means costs are based on labor hours and material expenses incurred, plus a fixed fee or நிர்ணயிக்கப்பட்ட markup. Industry benchmarks for prisoner transportation can vary significantly based on factors such as the security level of the prisoner, the distance traveled, the number of escorts required, and the mode of transport (e.g., van, bus, air). Generally, government contracts aim for competitive pricing, but the specialized nature and high-risk environment of prisoner transport can command premium rates. A thorough benchmark analysis would require comparing the contractor's proposed hourly rates for detention officers and other personnel, as well as material costs, against rates paid by other federal, state, and local agencies for similar services.

What is the track record of Starside Security & Investigation Inc. in performing similar government contracts?

Starside Security & Investigation Inc.'s track record in performing similar government contracts is a key indicator of their capability and reliability. A review of federal contract databases (like SAM.gov or FPDS) would reveal their past performance history, including awards, contract values, and any reported issues or successes. Specifically, looking for prior contracts with the U.S. Marshals Service or other law enforcement agencies for prisoner transportation or detention services would be most relevant. Performance evaluations from previous contracts, often available through the Federal Awardee Performance and Integrity Information System (FAPIIS), provide insights into their timeliness, quality of service, and adherence to contractual terms. A history of successful contract completion with positive performance reviews would increase confidence in their ability to meet the requirements of this new BPA call.

What are the potential risks associated with using a Time and Materials (T&M) contract for prisoner transportation?

Time and Materials (T&M) contracts, like the one awarded to Starside Security & Investigation Inc., carry inherent risks, primarily related to cost control. In a T&M arrangement, the government pays for the actual labor hours expended by the contractor and the cost of materials used, plus a predetermined profit margin. This structure can lead to cost overruns if the contractor's efficiency is low, if the scope of work expands unexpectedly, or if there is a lack of rigorous oversight. For prisoner transportation, risks include extended travel times due to unforeseen circumstances (e.g., traffic, vehicle issues), increased labor hours for complex or high-risk transports, and potential for inflated material costs. To mitigate these risks, the U.S. Marshals Service must implement robust monitoring and reporting mechanisms, clearly define the scope of work, establish labor hour ceilings, and conduct thorough reviews of all invoices to ensure that charges are reasonable and allocable to the contract.

How does the geographic scope (Region 11, California) impact the cost and complexity of this contract?

The geographic scope of Region 11, encompassing California, significantly impacts the cost and complexity of this prisoner transportation contract. California is a large and populous state with diverse terrain and major metropolitan areas, presenting unique logistical challenges. Longer travel distances between facilities, potential for traffic congestion in urban centers, and the need to navigate varying state and local regulations can increase operational costs and transit times. Furthermore, the demand for prisoner transportation services may be concentrated in specific areas, requiring efficient routing and resource allocation. The complexity is amplified by the need to ensure security and safety across potentially long and varied journeys, requiring well-maintained vehicles, trained personnel, and contingency plans for emergencies. The cost implications include higher fuel consumption, increased labor hours for drivers and escorts, and potentially higher insurance premiums due to the extensive operational area.

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: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Starside Security & Investigation, Inc.

Address: 1370 VALLEY VISTA DR, DIAMOND BAR, CA, 91765

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $3,094,964

Exercised Options: $3,094,964

Current Obligation: $3,094,964

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 15M40025AA3500016

IDV Type: BPA

Timeline

Start Date: 2025-05-19

Current End Date: 2026-10-31

Potential End Date: 2030-05-18 00:00:00

Last Modified: 2026-03-13

More Contracts from Starside Security & Investigation Inc

View all Starside Security & Investigation Inc federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending