DHS awards $2.8M for skip tracing services, with a 90-day performance period

Contract Overview

Contract Amount: $2,812,500 ($2.8M)

Contractor: Global Recovery Group, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2026-01-16

End Date: 2026-04-16

Contract Duration: 90 days

Daily Burn Rate: $31.3K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THE PURPOSE OF THIS TASK ORDER IS TO OBTAIN SKIP TRACING SERVICES FOR ENFORCEMENT AND REMOVAL OPERATIONS (ERO).

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20420

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $2.8 million to GLOBAL RECOVERY GROUP, LLC for work described as: THE PURPOSE OF THIS TASK ORDER IS TO OBTAIN SKIP TRACING SERVICES FOR ENFORCEMENT AND REMOVAL OPERATIONS (ERO). Key points: 1. Contract focuses on essential skip tracing for immigration enforcement and removal operations. 2. The award was made under full and open competition, suggesting a competitive bidding process. 3. A short performance period of 90 days indicates a focused, immediate need for services. 4. The fixed-price contract type aims to control costs and provide budget certainty. 5. The value appears reasonable for specialized skip tracing services, though benchmarks are limited. 6. This contract supports critical functions within U.S. Immigration and Customs Enforcement (ICE).

Value Assessment

Rating: good

The contract value of $2.81 million for 90 days of skip tracing services appears to be within a reasonable range for specialized investigative support. While direct comparisons are difficult without more granular data on the scope and volume of skip tracing required, the price per day is substantial, reflecting the specialized nature of the work. The firm-fixed-price structure helps manage cost overruns. Benchmarking against similar contracts for enforcement support services would provide further insight into value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. This suggests a robust bidding process where multiple companies likely vied for the opportunity. The level of competition is generally positive for price discovery and ensuring the government receives competitive pricing. The specific number of bidders is not provided, which would offer a clearer picture of the competitive landscape.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to lower prices and better service quality, ensuring that public funds are used efficiently.

Public Impact

This contract directly supports the enforcement and removal operations of U.S. Immigration and Customs Enforcement (ICE). It enables ICE to locate individuals for enforcement actions, contributing to national security and public safety objectives. The services provided are critical for the effective functioning of immigration law enforcement. The primary beneficiaries are government agencies responsible for immigration enforcement, ensuring operational capabilities are maintained.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • The short performance period could indicate a time-sensitive operational need, potentially leading to rushed execution if not managed carefully.
  • Reliance on a single contractor for critical skip tracing services, even if competitively selected, carries inherent risks if performance falters.
  • The effectiveness of skip tracing can be highly variable depending on data access and investigative skill, impacting the ultimate success of enforcement actions.

Positive Signals

  • The use of full and open competition suggests a deliberate effort to find the best value and capability in the market.
  • The firm-fixed-price contract type provides cost certainty for the government, mitigating budget risks.
  • The specific focus on skip tracing for enforcement operations indicates a targeted approach to a critical government function.

Sector Analysis

The contract falls within the professional services sector, specifically focusing on investigation and background check services (NAICS 561611). This market includes firms specializing in data retrieval, asset location, and individual tracking for various government and private sector clients. The demand for such services is often driven by regulatory compliance, law enforcement, and debt collection needs. The value of this specific contract is significant for a 90-day period, suggesting a high volume or complexity of skip tracing required by ICE.

Small Business Impact

The data indicates this contract was not set aside for small businesses (SB is false). While the prime contractor, Global Recovery Group, LLC, may be a small business, the award itself was not a small business set-aside. This means larger businesses could also compete and potentially win. There is no information provided regarding subcontracting plans, so the impact on the small business ecosystem is currently unknown.

Oversight & Accountability

Oversight for this contract would typically reside with the U.S. Immigration and Customs Enforcement (ICE) contracting officer and program managers. They are responsible for monitoring performance, ensuring compliance with contract terms, and approving payments. The firm-fixed-price nature of the contract provides a degree of financial oversight by fixing the total cost. Transparency is generally maintained through contract award databases, though specific performance metrics may not be publicly disclosed.

Related Government Programs

  • Federal Bureau of Investigation (FBI) investigative services
  • Drug Enforcement Administration (DEA) operational support
  • U.S. Marshals Service fugitive apprehension support
  • Department of Justice (DOJ) asset tracing

Risk Flags

  • Short performance period may indicate urgent need or potential for future re-competition.
  • Reliance on specialized services requires careful performance monitoring.
  • Lack of detailed scope limits granular value assessment.

Tags

dhs, ice, skip-tracing, investigation-and-personal-background-check-services, full-and-open-competition, firm-fixed-price, delivery-order, enforcement-support, district-of-columbia, professional-services, national-security

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $2.8 million to GLOBAL RECOVERY GROUP, LLC. THE PURPOSE OF THIS TASK ORDER IS TO OBTAIN SKIP TRACING SERVICES FOR ENFORCEMENT AND REMOVAL OPERATIONS (ERO).

Who is the contractor on this award?

The obligated recipient is GLOBAL RECOVERY GROUP, 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 $2.8 million.

What is the period of performance?

Start: 2026-01-16. End: 2026-04-16.

What is the typical success rate for skip tracing services in immigration enforcement cases?

The success rate for skip tracing services in immigration enforcement cases can vary significantly based on numerous factors, including the quality and recency of available data, the resources and techniques employed by the skip tracing firm, and the specific circumstances of the individual being sought. Government agencies like ICE often rely on a combination of public records, proprietary databases, and investigative techniques. While specific success rate data for this contract is not publicly available, the effectiveness of these services is crucial for the timely execution of removal orders and ensuring compliance with immigration laws. Agencies typically track performance internally through metrics such as the number of individuals located versus the number of cases assigned, and the cost-effectiveness of the service.

How does the $2.81 million cost compare to similar skip tracing contracts awarded by federal agencies?

Directly comparing the $2.81 million cost for 90 days of skip tracing services is challenging without detailed scope and volume information. However, the daily burn rate is approximately $31,250 ($2.81M / 90 days). This figure suggests a significant operational tempo or a high degree of complexity in the skip tracing required by ICE. Contracts for investigative and background check services can range widely, from smaller task orders for specific investigations to larger, multi-year contracts supporting broad agency needs. Given the specialized nature of locating individuals for enforcement actions, this price point may be justified if it yields a high volume of successful locates or supports critical, time-sensitive operations. Benchmarking against contracts with similar objectives, such as fugitive recovery or asset location for other law enforcement agencies, would provide a more robust comparison.

What are the potential risks associated with relying on a single contractor for these critical services?

Relying on a single contractor, even one selected through full and open competition, presents several potential risks. Firstly, there's a risk of performance degradation over time if the contractor becomes complacent or faces internal challenges. Secondly, if the contractor experiences unforeseen issues (e.g., data breaches, key personnel loss, financial instability), it could disrupt critical ICE operations dependent on skip tracing. Thirdly, a lack of ongoing competition during the contract period limits the government's ability to leverage market changes or seek better terms. To mitigate these risks, ICE would likely implement robust performance monitoring, establish clear communication channels, and potentially include clauses for service level agreements and contingency planning within the contract.

What is the track record of Global Recovery Group, LLC in providing similar services to the government?

Information regarding the specific track record of Global Recovery Group, LLC in providing skip tracing services to the government is not detailed in the provided data. However, their selection for this significant task order by the Department of Homeland Security (DHS) suggests they possess the necessary qualifications, experience, and capacity to meet ICE's requirements. Federal procurement databases often contain past performance information, which would have been evaluated during the source selection process. Agencies typically assess a contractor's history of meeting contract requirements, managing costs, and adhering to schedules on previous government contracts. A deeper dive into federal procurement records would be necessary to fully assess their past performance.

How does the 90-day duration of this contract impact its overall significance?

The 90-day duration (approximately three months) of this contract indicates a short-term, focused requirement for skip tracing services. This suggests that ICE has an immediate and pressing need, possibly related to a specific surge in enforcement activity, a particular operation, or a gap in existing capabilities. While the total dollar amount ($2.81 million) is substantial for this period, the short duration implies it's not intended as a long-term, ongoing support solution. This could mean that ICE plans to re-compete the requirement, bring the function in-house, or address a temporary operational demand. The brevity also concentrates the risk and performance evaluation into a shorter timeframe.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesInvestigation 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: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 620 HERNDON PKWY STE 330, HERNDON, VA, 20170

Business Categories: Category Business, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,812,500

Exercised Options: $2,812,500

Current Obligation: $2,812,500

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CDCR26D00000014

IDV Type: IDC

Timeline

Start Date: 2026-01-16

Current End Date: 2026-04-16

Potential End Date: 2026-04-16 00:00:00

Last Modified: 2026-01-21

More Contracts from Global Recovery Group, LLC

View all Global Recovery Group, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending