DHS awards $7.35M for border emergency detention facility, raising questions on competition and value

Contract Overview

Contract Amount: $7,350,371 ($7.4M)

Contractor: THE GEO Group, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2025-04-01

End Date: 2025-09-30

Contract Duration: 182 days

Daily Burn Rate: $40.4K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THE PURPOSE OF THIS TASK ORDER IS TO ESTABLISH A DETENTION FACILITY WITHIN THE NORTH LAKE CORRECTIONAL FACILITY IN SUPPORT OF THE PRESIDENT'S DECLARATION OF A NATIONAL EMERGENCY AT THE SOUTHERN BORDER.

Place of Performance

Location: BALDWIN, LAKE County, MICHIGAN, 49304

State: Michigan Government Spending

Plain-Language Summary

Department of Homeland Security obligated $7.4 million to THE GEO GROUP, INC. for work described as: THE PURPOSE OF THIS TASK ORDER IS TO ESTABLISH A DETENTION FACILITY WITHIN THE NORTH LAKE CORRECTIONAL FACILITY IN SUPPORT OF THE PRESIDENT'S DECLARATION OF A NATIONAL EMERGENCY AT THE SOUTHERN BORDER. Key points: 1. Contract awarded under a national emergency declaration, bypassing standard competitive processes. 2. Significant funding allocated for a short-duration detention facility, indicating urgent operational needs. 3. Sole-source award to The GEO Group, Inc., a major private prison operator. 4. Focus on security guard services highlights the operational demands of border management. 5. Limited contract duration suggests a temporary solution rather than a long-term infrastructure investment. 6. Geographic focus on Michigan for a southern border-related emergency raises logistical questions.

Value Assessment

Rating: questionable

The contract's value of $7.35 million for a 6-month period appears high, especially considering it's for establishing a detention facility and associated security services. Benchmarking against similar short-term detention contracts or security guard services is difficult without more specific service details. The lack of competition inherently limits the ability to assess if this price represents fair market value. The per-unit cost for housing detainees or providing security is not readily available for comparison.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, citing the President's declaration of a national emergency at the southern border. This means the contract was not competed among multiple vendors. The lack of competition prevents a robust price discovery process and limits the government's ability to explore alternative solutions or secure potentially better pricing through a competitive bidding environment.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive pressure, as the government did not solicit multiple bids to ensure the best possible price and value.

Public Impact

The primary beneficiaries are U.S. Immigration and Customs Enforcement (ICE) and potentially individuals being detained. Services delivered include the establishment and operation of a detention facility and security guard services. The geographic impact is concentrated in Michigan, which is unusual for a contract directly supporting the southern border emergency. Workforce implications include the potential employment of security personnel and facility staff managed by The GEO Group, Inc.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the security and government services sector, specifically focusing on correctional facility operations and security. The private correctional facility market is substantial, with major players like The GEO Group, Inc. and CoreCivic managing numerous government contracts. Spending in this area often fluctuates with immigration policies and border security priorities. Comparable spending benchmarks are difficult to establish precisely due to the unique nature of emergency declarations and sole-source awards.

Small Business Impact

This contract does not appear to involve small business set-asides, as it was awarded sole-source to a large corporation, The GEO Group, Inc. There is no indication of subcontracting opportunities for small businesses within the provided data. The focus on a single, large provider suggests minimal direct impact on the small business ecosystem for this specific contract.

Oversight & Accountability

Oversight mechanisms for this contract would typically fall under U.S. Immigration and Customs Enforcement (ICE) and potentially the Department of Homeland Security's internal oversight bodies. Transparency is limited due to the sole-source nature of the award. Accountability would be managed through contractual terms and performance monitoring by ICE. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

dhs, ice, detention-facility, national-emergency, sole-source, security-services, private-prison, michigan, firm-fixed-price, delivery-order, border-security, immigration

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $7.4 million to THE GEO GROUP, INC.. THE PURPOSE OF THIS TASK ORDER IS TO ESTABLISH A DETENTION FACILITY WITHIN THE NORTH LAKE CORRECTIONAL FACILITY IN SUPPORT OF THE PRESIDENT'S DECLARATION OF A NATIONAL EMERGENCY AT THE SOUTHERN BORDER.

Who is the contractor on this award?

The obligated recipient is THE GEO GROUP, INC..

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 $7.4 million.

What is the period of performance?

Start: 2025-04-01. End: 2025-09-30.

What is the track record of The GEO Group, Inc. in managing similar emergency detention facilities for federal agencies?

The GEO Group, Inc. has a long history of operating correctional and detention facilities for federal, state, and local governments, including contracts with ICE and U.S. Customs and Border Protection (CBP). Their experience includes managing facilities for various populations, including those related to immigration enforcement. However, specific details on their performance managing facilities under emergency declarations, particularly regarding rapid deployment and cost-effectiveness in such scenarios, would require a deeper dive into past performance reviews and contract audits. Their extensive portfolio suggests they possess the operational capacity, but the unique pressures of emergency response can present different challenges compared to routine operations.

How does the per-day cost of detention under this contract compare to other ICE detention facilities?

Calculating a precise per-day cost of detention from the provided data is not feasible. The total award is $7,350,371.31 for a period of 182 days (approximately 6 months). This equates to roughly $40,387 per day. However, this daily figure represents the total cost for establishing and operating the facility, including security, staffing, and potentially other overheads, not solely the cost per detainee per day. Without knowing the expected detainee capacity or the breakdown of costs (e.g., fixed costs for facility setup vs. variable costs for services), a direct comparison to other ICE detention facilities' per-day per-person rates is impossible. Such comparisons typically require access to detailed cost breakdowns and capacity figures for multiple facilities.

What are the specific risks associated with awarding a sole-source contract for a critical national emergency function?

The primary risks associated with sole-source contracts, especially for critical functions like detention during a national emergency, include a lack of competitive pricing, potentially leading to inflated costs for taxpayers. There's also a reduced incentive for the contractor to innovate or optimize services, as there's no direct competition. Furthermore, it limits the government's ability to explore a wider range of solutions or vet alternative providers who might offer better value, specialized expertise, or improved service delivery. Transparency is diminished, making public and congressional oversight more challenging. Finally, it can create a perception of favoritism or a lack of due diligence, even if the chosen contractor is highly qualified.

What is the justification for establishing a detention facility in Michigan for a southern border emergency?

The justification for establishing a detention facility in Michigan (ST: MI) for an emergency at the southern border is not immediately apparent from the provided data and appears unusual. Typically, detention facilities supporting southern border operations are located closer to the border itself to manage processing and detention of individuals apprehended in those regions. This award suggests a potential need for overflow capacity, or perhaps a strategic decision to utilize existing infrastructure in Michigan managed by The GEO Group, Inc. The rationale could be related to logistical challenges, available resources, or specific processing needs that necessitate relocating or holding individuals further from the immediate border area. Further clarification from DHS would be required to understand this geographic placement.

How does the contract's duration (182 days) align with the stated purpose of addressing a national emergency?

The contract's duration of 182 days (approximately six months) suggests that the need for this specific detention facility and its associated services is viewed as a medium-term, rather than immediate or long-term, requirement. While a national emergency can necessitate rapid deployment, a six-month timeframe indicates that the administration anticipates this particular capacity will be needed for that period, potentially as a stopgap measure while longer-term solutions are developed or as border conditions evolve. It implies that the situation is urgent but perhaps not expected to require indefinite or permanent infrastructure expansion solely through this task order.

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: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4955 TECHNOLOGY WAY, BOCA RATON, FL, 33431

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $7,350,371

Exercised Options: $7,350,371

Current Obligation: $7,350,371

Actual Outlays: $5,647,541

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR25D00000009

IDV Type: IDC

Timeline

Start Date: 2025-04-01

Current End Date: 2025-09-30

Potential End Date: 2026-03-19 00:00:00

Last Modified: 2026-02-17

More Contracts from THE GEO Group, Inc.

View all THE GEO Group, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending