Border Patrol caregiver services task order awarded to Coastal Clinical & Management Services Inc. for $12.3M
Contract Overview
Contract Amount: $12,311,706 ($12.3M)
Contractor: Coastal Clinical & Management Services Inc
Awarding Agency: Department of Homeland Security
Start Date: 2024-11-01
End Date: 2025-04-30
Contract Duration: 180 days
Daily Burn Rate: $68.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: U.S. BORDER PATROL CAREGIVER SERVICES TASK ORDER FOR THE WEST REGION OF THE SOUTHWEST BORDER CONSISTING OF SAN DIEGO SECTOR, EL CENTRO SECTOR, YUMA SECTOR, TUCSON SECTOR AND EL PASO SECTOR.
Place of Performance
Location: EL PASO, EL PASO County, TEXAS, 79906
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $12.3 million to COASTAL CLINICAL & MANAGEMENT SERVICES INC for work described as: U.S. BORDER PATROL CAREGIVER SERVICES TASK ORDER FOR THE WEST REGION OF THE SOUTHWEST BORDER CONSISTING OF SAN DIEGO SECTOR, EL CENTRO SECTOR, YUMA SECTOR, TUCSON SECTOR AND EL PASO SECTOR. Key points: 1. The contract aims to provide essential caregiver services for individuals within the U.S. Border Patrol's West Region. 2. The task order is a firm-fixed-price award, indicating a defined scope and cost. 3. The duration of the contract is 180 days, suggesting a short-term or immediate need. 4. The contract was awarded under full and open competition after exclusion of sources, implying a competitive process with specific justifications. 5. The service area covers multiple key sectors along the Southwest border, highlighting the operational scope. 6. The North American Industry Classification System (NAICS) code 624190 points to 'Other Individual and Family Services'.
Value Assessment
Rating: fair
Benchmarking the value of this specific task order is challenging without more granular data on the scope of services and the number of individuals served. The firm-fixed-price structure provides cost certainty for the government. However, the per-unit cost benchmark of $68,398 (based on total award divided by duration in days) is difficult to interpret without understanding the service intensity and volume. Further analysis would require comparing this to similar contracts for migrant care services, considering regional cost variations and the specific needs addressed.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, certain sources were excluded, and the justification for this exclusion would need further review. The specific number of bidders is not provided, making it difficult to fully assess the level of competition. This procurement method suggests a potentially narrowed field of eligible contractors, which could impact price discovery.
Taxpayer Impact: The exclusion of sources may limit the potential for the most competitive pricing, potentially leading to higher costs for taxpayers if a wider pool of bidders could have offered better value.
Public Impact
Beneficiaries include individuals requiring caregiver services within the U.S. Border Patrol's West Region, primarily migrants. Services delivered are focused on providing care, likely including basic needs, health support, and supervision. The geographic impact is significant, covering five key sectors along the Southwest border: San Diego, El Centro, Yuma, Tucson, and El Paso. Workforce implications include the need for trained caregivers and support staff to fulfill the contract requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition due to exclusion of sources could lead to suboptimal pricing.
- Lack of detailed service metrics makes it difficult to assess performance and value for money.
- The short duration (180 days) may indicate a reactive approach rather than strategic planning for ongoing needs.
- Geographic scope is vast, potentially creating logistical challenges for service delivery and oversight.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Awarding to a specific company suggests they met the required qualifications for specialized services.
- The contract addresses a critical need for care services in a high-demand operational area.
Sector Analysis
This contract falls within the broader 'Other Individual and Family Services' sector, specifically addressing humanitarian and logistical support needs at the border. The market for such services is often driven by government demand, particularly in areas of immigration and border management. Comparable spending benchmarks are difficult to establish due to the specialized nature and often urgent requirements of border support services. The overall market size for government contracting in this niche is substantial but fluctuates based on policy and operational needs.
Small Business Impact
Information regarding small business set-asides or subcontracting plans is not explicitly detailed in the provided data. The contract was awarded under full and open competition after exclusion of sources, which does not inherently prioritize small businesses. Further investigation would be needed to determine if any small business participation is mandated or occurred through subcontracting opportunities.
Oversight & Accountability
Oversight of this task order would typically fall under the U.S. Customs and Border Protection (CBP) contracting officers and program managers. Accountability measures would be tied to the performance standards outlined in the contract. Transparency regarding the specific justifications for excluding sources and the details of the competitive process would enhance oversight. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- U.S. Border Patrol Migrant Care Services
- Department of Homeland Security Humanitarian Aid Contracts
- Southwest Border Support Services
- Immigration and Customs Enforcement (ICE) Detainee Services
Risk Flags
- Limited competition due to source exclusion.
- Short contract duration may indicate instability or reactive procurement.
- Lack of detailed performance data hinders value assessment.
- Geographic breadth of service area presents logistical challenges.
Tags
border-security, migrant-services, homeland-security, customs-and-border-protection, firm-fixed-price, task-order, limited-competition, individual-and-family-services, southwest-border, caregiver-services, department-of-homeland-security
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $12.3 million to COASTAL CLINICAL & MANAGEMENT SERVICES INC. U.S. BORDER PATROL CAREGIVER SERVICES TASK ORDER FOR THE WEST REGION OF THE SOUTHWEST BORDER CONSISTING OF SAN DIEGO SECTOR, EL CENTRO SECTOR, YUMA SECTOR, TUCSON SECTOR AND EL PASO SECTOR.
Who is the contractor on this award?
The obligated recipient is COASTAL CLINICAL & MANAGEMENT SERVICES INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $12.3 million.
What is the period of performance?
Start: 2024-11-01. End: 2025-04-30.
What specific services are included under 'caregiver services' for the U.S. Border Patrol West Region?
The term 'caregiver services' in this context likely encompasses a range of support for individuals encountered by the Border Patrol, potentially including basic needs such as food, shelter, hygiene, and non-medical assistance. It may also involve supervision, transportation to designated facilities, and potentially basic health monitoring or coordination with medical services. The exact scope would be detailed in the Performance Work Statement (PWS) of the task order. Given the operational environment, these services are crucial for managing the welfare of migrants, particularly vulnerable populations like children and families, while they are in Border Patrol custody or awaiting processing.
What is the justification for 'exclusion of sources' in this full and open competition?
The justification for 'exclusion of sources' in a 'Full and Open Competition After Exclusion of Sources' procurement is critical for understanding the competitive landscape. Typically, this occurs when a specific type of service or product is required, and only a limited number of contractors possess the necessary specialized capabilities, facilities, or clearances. For example, if the caregiver services require specific security clearances, unique logistical capabilities in remote areas, or proprietary methodologies, the government might exclude sources that do not meet these stringent criteria. The Federal Acquisition Regulation (FAR) outlines conditions under which sources may be excluded, often requiring a detailed justification to ensure fair and reasonable competition among the remaining eligible entities.
How does the $12.3 million award compare to historical spending on similar Border Patrol support services?
Comparing this $12.3 million task order to historical spending requires access to detailed historical contract data for Border Patrol support services, specifically caregiver or migrant welfare services. Without that data, a direct comparison is difficult. However, the scale of the award suggests a significant operational requirement across five sectors of the Southwest border. Spending in this area can be highly variable, influenced by migration patterns, policy changes, and seasonal demands. It is plausible that spending on such services has increased in recent years due to heightened border activity. A comprehensive analysis would involve tracking spending trends over several fiscal years and normalizing for factors like inflation and the number of individuals served.
What are the potential risks associated with a 180-day contract for essential services?
A 180-day contract for essential services like caregiver support presents several potential risks. Firstly, it suggests a short-term or emergency need, which might indicate a lack of long-term planning or an inability to secure a longer-term solution, potentially leading to recurring, costly procurements. Secondly, contractors may be hesitant to invest heavily in resources or personnel for such a short duration, potentially impacting service quality or reliability. Thirdly, the government faces the risk of service disruption if a follow-on contract is not secured in time. Finally, the urgency associated with short-term contracts can sometimes lead to less rigorous vetting of contractors or less favorable pricing compared to longer-term agreements.
What performance metrics are likely being used to evaluate Coastal Clinical & Management Services Inc.'s delivery?
Performance metrics for caregiver services typically focus on the quality and timeliness of care provided. Key metrics likely include adherence to service schedules, responsiveness to individual needs, maintenance of hygiene and safety standards, and compliance with any specific protocols for vulnerable populations. For instance, metrics might track the number of individuals served per day, the provision of meals and basic necessities, incident reporting (e.g., health emergencies, behavioral issues), and client satisfaction surveys (if applicable). The contract's Performance Work Statement (PWS) would define these metrics, along with acceptable performance levels and any associated remedies for deficiencies, such as service level credits or contract termination.
Industry Classification
NAICS: Health Care and Social Assistance › Individual and Family Services › Other Individual and Family Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 18 CAMPUS BLVD STE 100, NEWTOWN SQUARE, PA, 19073
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $12,311,706
Exercised Options: $12,311,706
Current Obligation: $12,311,706
Actual Outlays: $12,311,706
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B03C21D00000044
IDV Type: IDC
Timeline
Start Date: 2024-11-01
Current End Date: 2025-04-30
Potential End Date: 2025-04-30 12:12:42
Last Modified: 2026-02-18
More Contracts from Coastal Clinical & Management Services Inc
- Consolidated Caregivers Task Order for United States Border Patrol West Region Area of Operations — $3.5M (Department of Homeland Security)
- Consolidated Caregivers Task Order for United States Border Patrol West Region Area of Operations — $3.2M (Department of Homeland Security)
View all Coastal Clinical & Management Services Inc federal contracts →
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)