DHS ICE Awards $2.6M Task Order to Bluehawk LLC for Skip Tracing Services
Contract Overview
Contract Amount: $2,656,328 ($2.7M)
Contractor: Bluehawk LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-16
End Date: 2026-05-14
Contract Duration: 149 days
Daily Burn Rate: $17.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIXED PRICE INCENTIVE
Sector: Other
Official Description: SKIP TRACING SERVICES TASK ORDER FOR ENFORCEMENT AND REMOVAL OPERATIONS
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20420
Plain-Language Summary
Department of Homeland Security obligated $2.7 million to BLUEHAWK LLC for work described as: SKIP TRACING SERVICES TASK ORDER FOR ENFORCEMENT AND REMOVAL OPERATIONS Key points: 1. Bluehawk LLC secured a $2.6M contract for enforcement and removal operations. 2. The contract was awarded under full and open competition. 3. This spending supports critical immigration enforcement activities. 4. The fixed-price incentive contract type aims to align contractor performance with government objectives.
Value Assessment
Rating: good
The award amount of $2.6M for skip tracing services appears reasonable given the scope of enforcement and removal operations. Benchmarking against similar contracts for investigative services would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Full and open competition was utilized, suggesting a robust process for price discovery and selection of the most advantageous offer. This method generally leads to competitive pricing.
Taxpayer Impact: Taxpayer funds are being used efficiently through a competitive bidding process for essential government functions.
Public Impact
Supports critical U.S. Immigration and Customs Enforcement (ICE) operations. Enhances the ability to locate individuals for removal proceedings. Contributes to national security and border management efforts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if incentive targets are not met.
- Reliance on a single vendor for a critical task.
Positive Signals
- Competitive award process.
- Clear task order for enforcement operations.
- Fixed-price incentive contract structure.
Sector Analysis
This contract falls within the professional services sector, specifically investigation and background check services. Spending in this area is often driven by national security and law enforcement needs.
Small Business Impact
The data does not indicate whether small businesses were involved as subcontractors or prime contractors in this award.
Oversight & Accountability
The award was made by U.S. Immigration and Customs Enforcement (ICE) under the Department of Homeland Security, suggesting established oversight mechanisms are in place.
Related Government Programs
- Investigation and Personal Background Check Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Contract type: Fixed Price Incentive
- Awarding agency: U.S. Immigration and Customs Enforcement
- Service type: Investigation and Personal Background Check Services
- Potential for performance-related cost increases
Tags
investigation-and-personal-background-ch, department-of-homeland-security, dc, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.7 million to BLUEHAWK LLC. SKIP TRACING SERVICES TASK ORDER FOR ENFORCEMENT AND REMOVAL OPERATIONS
Who is the contractor on this award?
The obligated recipient is BLUEHAWK 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 $2.7 million.
What is the period of performance?
Start: 2025-12-16. End: 2026-05-14.
What is the historical performance of Bluehawk LLC in similar government contracts?
Information on Bluehawk LLC's past performance is crucial for assessing reliability and effectiveness. Reviewing previous contract awards, performance evaluations, and any past issues or successes would provide insight into their capability to successfully execute this task order and meet the government's objectives.
How will the effectiveness of the skip tracing services be measured and evaluated?
The effectiveness of the skip tracing services should be tied to specific, measurable metrics outlined in the contract. This could include the number of individuals successfully located, the accuracy of the information provided, and the timeliness of the results, ensuring the government receives value for its investment.
Are there any potential risks associated with the data privacy and security of information handled by Bluehawk LLC?
Given the sensitive nature of skip tracing for enforcement operations, robust data privacy and security protocols are paramount. It's essential to ensure Bluehawk LLC adheres to all relevant federal regulations and contractual requirements for handling personally identifiable information (PII) to prevent breaches or misuse.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Investigation and Personal Background Check Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIXED PRICE INCENTIVE (L)
Evaluated Preference: NONE
Contractor Details
Address: 1400 CENTREPARK BLVD, WEST PALM BEACH, FL, 33401
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,656,328
Exercised Options: $2,656,328
Current Obligation: $2,656,328
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CDCR26D00000013
IDV Type: IDC
Timeline
Start Date: 2025-12-16
Current End Date: 2026-05-14
Potential End Date: 2026-05-14 00:00:00
Last Modified: 2026-03-12
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)