DHS awards $3.17M task order to Coastal Clinical & Management Services for Border Patrol care in Texas

Contract Overview

Contract Amount: $3,165,995 ($3.2M)

Contractor: Coastal Clinical & Management Services Inc

Awarding Agency: Department of Homeland Security

Start Date: 2025-11-01

End Date: 2026-04-30

Contract Duration: 180 days

Daily Burn Rate: $17.6K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: CONSOLIDATED CAREGIVERS TASK ORDER FOR UNITED STATES BORDER PATROL WEST REGION AREA OF OPERATIONS

Place of Performance

Location: EL PASO, EL PASO County, TEXAS, 79906

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.2 million to COASTAL CLINICAL & MANAGEMENT SERVICES INC for work described as: CONSOLIDATED CAREGIVERS TASK ORDER FOR UNITED STATES BORDER PATROL WEST REGION AREA OF OPERATIONS Key points: 1. The contract value represents a significant investment in support services for the U.S. Border Patrol's West Region. 2. Competition dynamics suggest a potentially competitive award, though the specific number of bidders is not detailed. 3. The fixed-price contract type aims to control costs, but performance monitoring will be key to ensuring value. 4. This award falls within the 'Other Individual and Family Services' NAICS code, indicating a focus on support functions. 5. The contract duration of 180 days suggests a need for immediate or short-term operational support. 6. Geographic focus on Texas highlights the critical role of this region in border operations.

Value Assessment

Rating: fair

Benchmarking this specific task order's value is challenging without more comparable contract data. The $3.17 million award over 180 days suggests a substantial daily operational cost. While the firm-fixed-price structure provides cost certainty, the absence of detailed performance metrics or unit cost breakdowns makes a definitive value-for-money assessment difficult. Further analysis would require comparing the scope of services and pricing against similar contracts awarded by CBP or other agencies for comparable support functions.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which implies that while full and open competition was intended, certain sources were excluded. The exact reasons for exclusion and the number of bidders that participated after exclusions are not specified in the provided data. This procurement method can sometimes limit the breadth of competition, potentially impacting price discovery and the range of innovative solutions.

Taxpayer Impact: Taxpayers may benefit from a focused competition among qualified vendors. However, the exclusion of certain sources warrants scrutiny to ensure that the government did not forgo potentially more competitive bids or better pricing.

Public Impact

The primary beneficiaries are the individuals requiring care and support services within the U.S. Border Patrol's West Region. Services delivered likely include medical, logistical, and potentially social support for migrants and detainees. The geographic impact is concentrated in Texas, a key area for border operations and migrant processing. Workforce implications may involve the deployment of clinical and support staff by the contractor to meet operational demands.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited transparency on the specific reasons for excluding certain sources in the competition.
  • Lack of detailed performance metrics or unit cost data makes independent value assessment challenging.
  • Potential for increased costs if excluded sources represented significant competitive threats.

Positive Signals

  • Firm-fixed-price contract type provides cost certainty for the government.
  • Award to a single contractor streamlines service delivery and management.
  • Focus on a specific region allows for tailored support to Border Patrol operations.

Sector Analysis

This contract falls within the 'Other Individual and Family Services' sector, which encompasses a broad range of support activities. The U.S. Customs and Border Protection (CBP) frequently procures services related to migrant care and processing. Comparable spending in this sector by federal agencies can vary widely depending on operational needs and policy directives, but often involves significant investments in humanitarian and logistical support.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a small business set-aside. The prime contractor, Coastal Clinical & Management Services Inc., will be responsible for fulfilling the contract requirements.

Oversight & Accountability

Oversight for this task order would typically fall under the Department of Homeland Security's contracting and program management structures. Accountability measures are inherent in the firm-fixed-price contract, requiring the contractor to deliver specified services. Transparency is facilitated through contract databases, though detailed operational performance data may not always be publicly available. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

  • U.S. Border Patrol Operations Support
  • Migrant Care and Services Contracts
  • Department of Homeland Security Support Services
  • Individual and Family Services Procurement

Risk Flags

  • Limited Competition Transparency
  • Potential for Performance Issues
  • Lack of Detailed Benchmarking Data

Tags

dhs, border-patrol, migrant-care, texas, delivery-order, firm-fixed-price, limited-competition, individual-and-family-services, coastal-clinical-and-management-services-inc

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.2 million to COASTAL CLINICAL & MANAGEMENT SERVICES INC. CONSOLIDATED CAREGIVERS TASK ORDER FOR UNITED STATES BORDER PATROL WEST REGION AREA OF OPERATIONS

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 $3.2 million.

What is the period of performance?

Start: 2025-11-01. End: 2026-04-30.

What is the track record of Coastal Clinical & Management Services Inc. with federal contracts, particularly with DHS or CBP?

A thorough review of Coastal Clinical & Management Services Inc.'s federal contract history would be necessary to assess their track record. This would involve examining past performance evaluations, any history of contract disputes or terminations, and their experience with similar types of services, especially those related to border operations or migrant support. Understanding their past performance with the Department of Homeland Security (DHS) and U.S. Customs and Border Protection (CBP) specifically would provide crucial context for evaluating their capability to successfully execute this $3.17 million task order. Without access to a detailed contract database or past performance reports, it is difficult to definitively assess their reliability and expertise.

How does the pricing of this task order compare to similar contracts for migrant care services?

Direct comparison of this task order's pricing ($3.17 million over 180 days) to similar contracts is challenging without access to a comprehensive database of comparable awards. Factors such as the specific services rendered (e.g., medical, shelter, transportation, case management), the number of individuals served, geographic location, and contract duration significantly influence pricing. To benchmark effectively, one would need to identify contracts with similar scopes of work awarded by CBP or other agencies in comparable regions. The 'Other Individual and Family Services' NAICS code is broad, so identifying truly analogous contracts is key. The firm-fixed-price nature provides cost certainty but doesn't inherently guarantee optimal value without comparison to market rates for equivalent services.

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 essential care services, cost overruns if the scope expands beyond initial estimates (despite the fixed-price structure), and challenges in managing a large number of individuals requiring support. Risks also exist regarding the contractor's ability to scale operations rapidly to meet fluctuating demands at the border. Mitigation strategies likely involve robust oversight from CBP, clearly defined performance standards within the task order, and potentially contingency planning for service disruptions. The firm-fixed-price nature mitigates direct cost overrun risk for the government, shifting that burden to the contractor, provided the scope remains consistent.

What is the expected effectiveness of the services provided under this contract in supporting Border Patrol operations?

The effectiveness of the services provided under this task order is expected to directly support U.S. Border Patrol operations by ensuring the well-being and care of individuals encountered in the West Region of Texas. By outsourcing these support functions to Coastal Clinical & Management Services Inc., Border Patrol agents can focus on their core law enforcement and interdiction duties. The effectiveness will be measured by the contractor's ability to provide timely and adequate medical, logistical, and potentially social services, thereby contributing to orderly processing and humane treatment, which can also help maintain operational capacity and reduce strain on Border Patrol resources.

How has spending on 'Other Individual and Family Services' by CBP evolved over the past five years?

Analyzing the evolution of spending on 'Other Individual and Family Services' by CBP over the past five years would require access to historical federal procurement data. This category can encompass a wide range of services, including those related to migrant care, family reunification, and support programs. Spending in this area is often highly sensitive to policy changes, geopolitical events, and migration patterns. It is likely that spending has fluctuated significantly, potentially increasing during periods of high border encounters and decreasing during lulls. A detailed analysis would involve tracking contract awards under relevant NAICS codes and identifying trends in both the number and value of contracts awarded by CBP.

What are the implications of the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type for cost and quality?

The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type suggests that while the government aimed for broad competition, certain potential bidders were deliberately excluded. The implications for cost and quality are mixed. On one hand, it implies that the remaining pool of bidders was still considered sufficient to ensure competitive pricing and adequate quality. On the other hand, the exclusion of specific sources could mean that the government missed out on potentially lower bids or more innovative solutions from those excluded vendors. The ultimate impact depends heavily on the justification for the exclusions and the competitiveness of the remaining bidders. Transparency regarding the reasons for exclusion is crucial for assessing the full impact.

Industry Classification

NAICS: Health Care and Social AssistanceIndividual and Family ServicesOther 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: $3,800,745

Exercised Options: $3,800,745

Current Obligation: $3,165,995

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70B03C21D00000044

IDV Type: IDC

Timeline

Start Date: 2025-11-01

Current End Date: 2026-04-30

Potential End Date: 2026-04-30 19:43:41

Last Modified: 2026-03-24

More Contracts from Coastal Clinical & Management Services Inc

View all Coastal Clinical & Management Services Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending