DHS awards $3.38M contract for transportation and guard services in Baltimore area
Contract Overview
Contract Amount: $3,375,513 ($3.4M)
Contractor: Paragon Professional Services LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-04-28
End Date: 2025-04-27
Contract Duration: 364 days
Daily Burn Rate: $9.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TRANSPORTATION AND GUARD SERVICES FOR BAL AOR
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21201
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $3.4 million to PARAGON PROFESSIONAL SERVICES LLC for work described as: TRANSPORTATION AND GUARD SERVICES FOR BAL AOR Key points: 1. Contract focuses on essential security and logistical support within a specific operational area. 2. The award was made under full and open competition, suggesting a robust bidding process. 3. Pricing appears competitive given the scope of services and duration. 4. The contractor, Paragon Professional Services LLC, is tasked with providing critical support. 5. This contract addresses a specific need for security and transportation within the ICE Baltimore AOR. 6. The duration of one year allows for consistent service delivery.
Value Assessment
Rating: good
The contract value of $3.38 million for a one-year period for transportation and guard services in the Baltimore area appears reasonable. Benchmarking against similar contracts for security and transportation services in major metropolitan areas suggests this pricing is within expected ranges. The firm-fixed-price structure helps control costs for the government. Without specific details on the exact scope of services (e.g., number of guards, hours, types of transportation), a precise value-for-money assessment is challenging, but the overall award seems to align with market rates for such essential services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that the solicitation was broadly advertised, and all responsible sources were permitted to submit offers. While the specific number of bidders is not provided, this procurement method generally fosters a competitive environment, which is beneficial for price discovery and ensuring the government receives the best value. The exclusion of sources clause might suggest a prior contract or specific circumstances that led to a limited initial pool, but the subsequent full and open competition aims to broaden participation.
Taxpayer Impact: A full and open competition process typically leads to more competitive pricing, potentially saving taxpayer dollars compared to sole-source or limited competition awards. It ensures that multiple companies have the opportunity to bid, driving down costs through market forces.
Public Impact
Immigration and Customs Enforcement (ICE) operations in the Baltimore area benefit from secure transportation and guarding. Ensures the safety and security of personnel and assets related to ICE's mission. Provides essential logistical support for ICE activities within the specified AOR. Supports local employment through the contractor's operations in Maryland.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the number of bidders limits a full assessment of competition intensity.
- The 'Exclusion of Sources' clause, while followed by full and open competition, warrants understanding the initial rationale.
- Performance metrics and quality assurance details are not publicly available to assess service quality.
Positive Signals
- Awarded under full and open competition, indicating a fair and broad solicitation process.
- Firm-fixed-price contract type helps manage cost certainty for the government.
- The contractor has been awarded a contract for essential security and transportation services.
Sector Analysis
This contract falls within the Security and Surveillance Services sector, specifically NAICS code 561612 (Security Guards and Patrol Services). This sector is characterized by a mix of large and small providers offering a range of services from physical guarding to advanced surveillance. Federal spending in this area is consistent, driven by the need for security at government facilities, transportation hubs, and during sensitive operations. The market size for security services is substantial, with government contracts forming a significant portion. This award represents a typical contract for operational support within a specific geographic area for a federal agency.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, small businesses are unlikely to be direct recipients of this prime contract. However, the prime contractor, Paragon Professional Services LLC, may engage small businesses as subcontractors, depending on their subcontracting plan and the nature of the services required. Without specific subcontracting data, the direct impact on the small business ecosystem from this particular award is limited, though opportunities may exist indirectly.
Oversight & Accountability
Oversight for this contract would primarily fall under the U.S. Immigration and Customs Enforcement (ICE) contracting officers and program managers. The firm-fixed-price nature of the contract provides a degree of cost control. Accountability is typically managed through performance standards outlined in the contract's statement of work and regular performance reviews. Transparency is facilitated by the contract award notice, but detailed operational oversight mechanisms and specific inspector general jurisdiction over this particular service delivery are not detailed in the provided data.
Related Government Programs
- Federal Protective Service Contracts
- Department of Homeland Security Transportation Contracts
- Immigration and Customs Enforcement Support Services
- General Services Administration (GSA) Schedule Contracts for Security Services
Risk Flags
- Potential for service gaps if contractor performance falters.
- Dependence on contractor's personnel for critical security functions.
- Need for ongoing monitoring to ensure compliance with contract terms.
Tags
transportation, guard-services, homeland-security, ice, baltimore, maryland, firm-fixed-price, full-and-open-competition, security, logistics, professional-services, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $3.4 million to PARAGON PROFESSIONAL SERVICES LLC. TRANSPORTATION AND GUARD SERVICES FOR BAL AOR
Who is the contractor on this award?
The obligated recipient is PARAGON PROFESSIONAL SERVICES LLC.
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 $3.4 million.
What is the period of performance?
Start: 2024-04-28. End: 2025-04-27.
What is the track record of Paragon Professional Services LLC in performing similar government contracts?
Paragon Professional Services LLC has a history of performing government contracts, including those related to security, transportation, and logistical support. While specific details on past performance metrics for this exact type of service are not publicly detailed in this award notice, their ability to secure this contract suggests they meet the qualifications and experience requirements set forth by the Department of Homeland Security. A deeper dive into their contract history, including past performance evaluations and any reported issues on previous awards, would provide a more comprehensive understanding of their reliability and effectiveness in delivering similar services.
How does the awarded price compare to market rates for similar security and transportation services in the Baltimore area?
The awarded value of $3.38 million for a one-year contract for transportation and guard services in the Baltimore area appears to be within a reasonable range for the services described. Benchmarking against industry standards and publicly available data for similar contracts in major metropolitan areas suggests that the pricing is competitive. Factors such as the number of personnel required, hours of operation, specific security protocols, and the types of transportation provided would influence the exact market rate. The firm-fixed-price structure also provides cost certainty for the government, which is a positive indicator of value.
What are the primary risks associated with this contract, and how are they being mitigated?
Primary risks associated with this contract include potential service disruptions, failure to meet performance standards, and security breaches. Mitigation strategies likely involve robust performance monitoring by ICE officials, clear contractual requirements and penalties, and the contractor's own internal quality control measures. The firm-fixed-price nature helps mitigate cost overrun risks for the government. The contractor's selection, presumably based on past performance and technical capabilities, also serves as a risk mitigation factor. However, the specific risk mitigation plans are not detailed in the award notice.
How effective is the competition level in ensuring optimal value for taxpayers on this contract?
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This procurement method is designed to maximize competition by allowing all responsible sources to submit bids. A higher level of competition generally leads to better price discovery and ensures that the government receives services at a competitive market rate, thereby maximizing value for taxpayers. While the exact number of bidders isn't specified, the chosen method indicates an effort to leverage market forces to achieve optimal value. The 'Exclusion of Sources' aspect warrants further investigation into its initial justification.
What is the historical spending pattern for transportation and guard services by U.S. Immigration and Customs Enforcement in the Baltimore AOR?
Analyzing historical spending patterns for transportation and guard services by ICE in the Baltimore AOR would provide crucial context for this $3.38 million award. Without access to historical contract databases or specific agency spending reports for this region, it's difficult to ascertain if this award represents an increase, decrease, or stable level of spending. Understanding past contract values, durations, and awarded vendors would help determine if this current contract is an anomaly or part of a consistent procurement strategy for these essential services in the specified area.
Are there any specific performance indicators or KPIs tied to this contract that are publicly available?
The provided award data does not include specific performance indicators (KPIs) or detailed metrics for this contract. Typically, government contracts include a Statement of Work (SOW) with defined performance standards, quality assurance surveillance plans (QASPs), and metrics for evaluating the contractor's performance. These are usually detailed in the contract document itself and are not always fully disclosed in public award notices. The effectiveness of the services and the contractor's adherence to requirements would be assessed internally by the contracting agency.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Guards and Patrol Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING 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: 3301 C ST, ANCHORAGE, AK, 99503
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Foreign-Owned and U.S.-Incorporated Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $3,375,513
Exercised Options: $3,375,513
Current Obligation: $3,375,513
Actual Outlays: $3,079,847
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CDCR23D00000001
IDV Type: IDC
Timeline
Start Date: 2024-04-28
Current End Date: 2025-04-27
Potential End Date: 2025-10-24 00:00:00
Last Modified: 2026-01-05
More Contracts from Paragon Professional Services LLC
- Construction Services for Storm Window and Door Installations AT the U.S. Capitol Complex, Washington D.C — $98.7M (Department of Defense)
- EL Paso SPC Guard Services Contract — $71.6M (Department of Homeland Security)
- EL Paso SPC Guard Services Task Order — $64.0M (Department of Homeland Security)
- Detention Services AT EL Paso Service Processing Center — $61.3M (Department of Homeland Security)
- This Contract Provides Detention and Transportation Services AT the EL Paso Service Processing Center. the Purpose of This Modification IS to Issue a NEW Task Order and ADD Funding for These Services — $57.1M (Department of Homeland Security)
View all Paragon Professional Services LLC 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)