DHS awarded $19.25M for facility services in FY2010, with a high per-unit cost for a short duration
Contract Overview
Contract Amount: $19,253,952 ($19.3M)
Contractor: Corecivic, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2009-10-01
End Date: 2010-06-30
Contract Duration: 272 days
Daily Burn Rate: $70.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FY2010 TASK ORDER FROM 10/1/2009 - 6/30/2010 FOR CCA SAN DIEGO, CA. SUBJECT TO THE AVAILABILITY OF FUNDS. SUBJECT TO AVAILABILITY OF FY2010 FUNDS
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92101
Plain-Language Summary
Department of Homeland Security obligated $19.3 million to CORECIVIC, INC. for work described as: FY2010 TASK ORDER FROM 10/1/2009 - 6/30/2010 FOR CCA SAN DIEGO, CA. SUBJECT TO THE AVAILABILITY OF FUNDS. SUBJECT TO AVAILABILITY OF FY2010 FUNDS Key points: 1. The contract value of $19.25M for a 9-month period suggests a high operational cost. 2. Awarded under full and open competition, indicating a potentially competitive bidding process. 3. The fixed-price contract type aims to control costs, but the per-unit cost warrants scrutiny. 4. This contract falls under 'Other Services to Buildings and Dwellings,' a broad category. 5. The short duration of 272 days may limit long-term performance assessment. 6. Geographic focus on San Diego, CA, indicates localized service delivery.
Value Assessment
Rating: questionable
The contract's value of $19.25M over 272 days results in a substantial daily burn rate. Benchmarking this against similar facility services contracts is difficult without more specific service details. However, the provided benchmark of $70,787 per day (calculated from total award and duration) appears high for general building services, especially considering the relatively short period. Further analysis would be needed to determine if the services rendered justified this expenditure.
Cost Per Unit: $70,787 per day
Competition Analysis
Competition Level: full-and-open
The contract was awarded through 'full and open competition after exclusion of sources.' This suggests that while the competition was open, there might have been specific reasons for excluding certain sources, which could impact the breadth of competition. The number of bidders is not specified, but the 'full and open' designation generally implies multiple interested parties participated.
Taxpayer Impact: A competitive process, even with exclusions, is generally favorable for taxpayers as it aims to secure the best value through multiple offers. However, the specifics of the exclusion could have limited the ultimate price competitiveness.
Public Impact
The primary beneficiary is the U.S. Immigration and Customs Enforcement (ICE) agency, receiving facility services. Services delivered likely include maintenance, janitorial, or other operational support for a federal facility. The geographic impact is concentrated in San Diego, California. Workforce implications would involve personnel employed by the contractor to perform the services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- High daily cost raises concerns about value for money given the short contract duration.
- Lack of specific service details makes it difficult to assess the appropriateness of the cost.
- The 'exclusion of sources' in an otherwise 'full and open' competition warrants further investigation into potential limitations on competition.
Positive Signals
- Awarded through a competitive process, suggesting an effort to obtain fair pricing.
- Fixed-price contract type provides cost certainty for the government.
- Clear agency and location provide transparency on where funds were allocated.
Sector Analysis
This contract falls under the broad 'Other Services to Buildings and Dwellings' category, which encompasses a wide range of facility management and maintenance activities. The federal government is a significant consumer of such services across numerous agencies and locations. Comparable spending benchmarks are difficult to establish without knowing the precise nature of the services, but large-scale facility operations can represent substantial annual expenditures.
Small Business Impact
The provided data does not indicate any small business set-aside provisions for this contract. Therefore, it is unlikely that small businesses were specifically targeted for this award. Subcontracting opportunities for small businesses are not detailed in this data, but would depend on the prime contractor's strategy.
Oversight & Accountability
Oversight would typically be managed by the U.S. Immigration and Customs Enforcement (ICE) contracting officers and program managers. Accountability measures are inherent in the fixed-price contract terms, requiring delivery of specified services. Transparency is partially achieved through contract award data, but detailed performance reports or Inspector General involvement are not specified here.
Related Government Programs
- Federal Building Operations and Maintenance
- Immigration and Customs Enforcement Services
- Homeland Security Facility Management
Risk Flags
- High daily cost relative to contract duration
- Lack of specific service details for value assessment
- Potential limitations on competition due to source exclusion
Tags
dhs, ice, facility-services, building-operations, fixed-price, full-and-open-competition, california, san-diego, fy2010, corecivic, other-services-to-buildings-and-dwellings, medium-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $19.3 million to CORECIVIC, INC.. FY2010 TASK ORDER FROM 10/1/2009 - 6/30/2010 FOR CCA SAN DIEGO, CA. SUBJECT TO THE AVAILABILITY OF FUNDS. SUBJECT TO AVAILABILITY OF FY2010 FUNDS
Who is the contractor on this award?
The obligated recipient is CORECIVIC, 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 $19.3 million.
What is the period of performance?
Start: 2009-10-01. End: 2010-06-30.
What specific services were included under 'Other Services to Buildings and Dwellings' for this contract?
The provided data is limited and does not specify the exact services rendered under the 'Other Services to Buildings and Dwellings' category (NAICS code 561790). This category can encompass a wide array of activities such as janitorial services, pest control, landscaping, security system maintenance, and general building upkeep. Without a detailed statement of work or contract line item details, it is impossible to ascertain the precise nature of the services provided to CCA San Diego, CA. This lack of specificity hinders a thorough assessment of the contract's value and performance.
How does the per-day cost of $70,787 compare to similar facility service contracts awarded by DHS or other agencies?
Directly comparing the per-day cost of $70,787 to similar facility service contracts is challenging without more granular data on the specific services provided and the scale of the facility. However, this daily rate appears high for general building maintenance and operations, especially for a contract duration of only 272 days. Typical facility management contracts, even for complex sites, often have lower daily operational costs unless they include highly specialized services, extensive staffing, or significant capital improvements. Further benchmarking against contracts with similar scope and duration within the Department of Homeland Security or other federal agencies would be necessary to definitively assess its competitiveness.
What were the reasons for excluding certain sources in this 'full and open competition after exclusion of sources' award?
The designation 'full and open competition after exclusion of sources' implies that the solicitation was broadly advertised, but specific potential offerors were intentionally excluded from consideration. The reasons for such exclusions are typically documented in the contract file and can include factors like past performance issues, failure to meet minimum qualifications, or specific security requirements. Without access to the contract's Justification for Other than Full and Open Competition (JOFOC) or similar documentation, the precise rationale for excluding sources remains unknown. This lack of transparency regarding exclusions can raise questions about the extent of true competition achieved.
What was the track record of CoreCivic, Inc. with DHS or similar government contracts prior to this award?
CoreCivic, Inc. (formerly Corrections Corporation of America) has a significant history of contracting with federal, state, and local governments, primarily for correctional and detention facilities. Their track record with the Department of Homeland Security (DHS), particularly U.S. Immigration and Customs Enforcement (ICE), would likely involve contracts for detention services and potentially related facility operations. Assessing their prior performance would require reviewing past contract awards, performance evaluations (e.g., CPARS), and any documented disputes or issues. A comprehensive review of their history would inform the risk assessment for this specific contract.
What is the typical duration and value range for facility services contracts under NAICS code 561790 awarded by ICE?
The typical duration and value range for facility services contracts under NAICS code 561790 awarded by ICE can vary significantly based on the specific needs and scale of the facilities being serviced. Contracts for janitorial services, grounds maintenance, or minor repairs might be shorter-term and lower in value. Conversely, comprehensive facility management contracts for large detention centers or operational hubs could be multi-year and worth tens or hundreds of millions of dollars. The $19.25M award over 272 days for CCA San Diego, CA, represents a substantial daily expenditure, suggesting a significant scope of services or a high-cost operational environment, which may fall within the higher end of the value spectrum for shorter-duration contracts.
Were there any performance issues or contract modifications associated with this $19.25M task order?
The provided data does not include information regarding performance issues, disputes, or contract modifications for this specific task order. The data indicates a firm fixed-price contract type, which generally aims to minimize changes. However, unforeseen circumstances can lead to modifications. To determine if there were performance issues or modifications, one would need to access the contract's official file, including any amendments, change orders, or performance evaluation reports (e.g., CPARS). The absence of such information in the summary data does not preclude their existence.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Other Services to Buildings and Dwellings
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
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10 BURTON HILLS BLVD, NASHVILLE, TN, 37215
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $19,253,952
Exercised Options: $19,253,952
Current Obligation: $19,253,952
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSODT5C0003
IDV Type: IDC
Timeline
Start Date: 2009-10-01
Current End Date: 2010-06-30
Potential End Date: 2010-06-30 00:00:00
Last Modified: 2017-07-29
More Contracts from Corecivic, Inc.
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Department of Justice)
- Detention Services - LAS Vergas, NV — $558.7M (Department of Justice)
- 151060 — $456.5M (Department of Justice)
- Detention Services — $444.7M (Department of Justice)
- 151060 — $395.4M (Department of Justice)
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)