DHS awarded $29M for detainee telecom services, with TALTON COMMUNICATIONS INC securing the contract
Contract Overview
Contract Amount: $29,073,391 ($29.1M)
Contractor: Talton Communications Inc
Awarding Agency: Department of Homeland Security
Start Date: 2016-03-04
End Date: 2022-05-12
Contract Duration: 2,260 days
Daily Burn Rate: $12.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DETAINEE TELEPHONE SERVICES (DTS-VI)
Place of Performance
Location: SELMA, DALLAS County, ALABAMA, 36701
State: Alabama Government Spending
Plain-Language Summary
Department of Homeland Security obligated $29.1 million to TALTON COMMUNICATIONS INC for work described as: DETAINEE TELEPHONE SERVICES (DTS-VI) Key points: 1. The contract value of $29 million over its period of performance suggests a significant need for these services. 2. The use of a definitive contract indicates a long-term relationship for a specific service. 3. The fixed-price nature of the contract helps to control costs for the government. 4. The award was made under full and open competition, suggesting a competitive bidding process. 5. The contract duration of 2260 days points to a sustained requirement. 6. The geographic scope appears to be limited to Alabama, based on the state noted.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without specific per-unit service cost data. However, a $29 million award over approximately six years for telecommunications services to a specific agency suggests a substantial but potentially reasonable expenditure given the specialized nature of supporting detainees. Further analysis would require comparing the per-call rates or monthly service fees to industry standards for similar correctional or detention facility communication services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The presence of 5 bidders suggests a reasonably competitive environment for these telecommunications services. This level of competition is generally favorable for price discovery and potentially achieving better value for the government.
Taxpayer Impact: The full and open competition likely resulted in a more competitive pricing structure, benefiting taxpayers by ensuring the government did not overpay for these essential detainee communication services.
Public Impact
The primary beneficiaries are detainees under the custody of U.S. Immigration and Customs Enforcement (ICE), providing them with essential communication capabilities. The service delivered is detainee telephone services (DTS-VI), enabling calls to family, friends, and legal counsel. The geographic impact is focused on facilities within Alabama, where ICE detainees are housed. Workforce implications are likely related to the operational support and maintenance of the telecommunications infrastructure required for these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific per-unit cost data makes it difficult to assess true value for money.
- The long contract duration could lead to vendor lock-in if not managed carefully.
- Reliance on a single contractor for a critical service like detainee communications presents a potential single point of failure.
- The specific nature of detainee communications may involve unique security or privacy considerations that require robust oversight.
Positive Signals
- Awarded under full and open competition, indicating a competitive process.
- The firm fixed-price contract type provides cost certainty for the government.
- The contract appears to fulfill a clear and ongoing government requirement for detainee services.
Sector Analysis
The telecommunications resellers market is diverse, encompassing providers of voice, data, and video services. This contract falls within the broader telecommunications sector, specifically serving a niche government requirement for inmate/detainee communication systems. Comparable spending benchmarks for such specialized services are difficult to ascertain without detailed service level agreements and pricing structures, but the $29 million award over six years indicates a significant, long-term commitment within this segment.
Small Business Impact
There is no indication that this contract included small business set-asides, nor is there information suggesting significant subcontracting opportunities for small businesses. The primary contractor, TALTON COMMUNICATIONS INC, is not explicitly identified as a small business. Therefore, the direct impact on the small business ecosystem appears minimal based on the provided data.
Oversight & Accountability
Oversight for this contract would primarily fall under the U.S. Immigration and Customs Enforcement (ICE) within the Department of Homeland Security. Accountability measures would be tied to the performance standards outlined in the definitive contract. Transparency is facilitated through contract award databases, but detailed operational oversight and inspector general jurisdiction would depend on specific agency protocols and any identified performance issues.
Related Government Programs
- Federal Inmate Telephone Services
- Detention Facility Communications
- Homeland Security Telecommunications Contracts
- Immigration and Customs Enforcement Services
Risk Flags
- Potential for service disruption if vendor fails.
- Limited leverage for price negotiation in future renewals.
- Dependence on vendor for critical communication infrastructure.
Tags
sector-other, agency-dhs, agency-ice, geography-alabama, contract-type-definitive, competition-level-full-and-open, pricing-firm-fixed-price, value-category-medium, service-telecommunications, user-detainee
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $29.1 million to TALTON COMMUNICATIONS INC. DETAINEE TELEPHONE SERVICES (DTS-VI)
Who is the contractor on this award?
The obligated recipient is TALTON COMMUNICATIONS 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 $29.1 million.
What is the period of performance?
Start: 2016-03-04. End: 2022-05-12.
What is the historical spending pattern for Detainee Telephone Services (DTS-VI) by DHS?
Historical spending data for Detainee Telephone Services (DTS-VI) by the Department of Homeland Security (DHS) prior to this $29 million award would provide crucial context. Analyzing previous contract values, durations, and awarded vendors for similar services would help determine if this $29 million award represents an increase, decrease, or stable level of expenditure. Understanding past spending trends can reveal patterns in demand, potential cost efficiencies achieved over time, or shifts in service providers. Without this historical data, it is difficult to assess if the current award is an anomaly or part of a consistent budgetary allocation for detainee communications.
How does the per-unit cost of these detainee telephone services compare to industry benchmarks for correctional facilities?
A detailed comparison of the per-unit cost for TALTON COMMUNICATIONS INC's detainee telephone services against industry benchmarks for correctional facilities is essential for a value-for-money assessment. This would involve analyzing the average cost per call, per minute, or per inmate per month, depending on the contract's pricing structure. Benchmarking against rates charged by other telecommunications providers in similar detention or correctional settings, particularly those serving government contracts, would highlight potential overpricing or cost savings. If the per-unit costs are significantly higher than market rates, it could indicate a lack of sufficient competition or inefficiencies in the contract's pricing structure, warranting further investigation into the necessity of such rates.
What are the specific performance metrics and service level agreements (SLAs) associated with this contract?
The specific performance metrics and Service Level Agreements (SLAs) tied to the $29 million Detainee Telephone Services (DTS-VI) contract are critical for evaluating the contractor's performance and the overall effectiveness of the service. These metrics likely include call completion rates, call quality standards, uptime of the telecommunications system, response times for technical support, and adherence to privacy and security protocols. Understanding these SLAs allows for an objective assessment of whether TALTON COMMUNICATIONS INC is meeting the government's requirements. Deviations from SLAs could indicate potential risks or areas where the government is not receiving the full value of its investment, necessitating corrective actions or contract modifications.
What is TALTON COMMUNICATIONS INC's track record with government contracts, particularly in telecommunications?
Evaluating TALTON COMMUNICATIONS INC's track record with government contracts, especially within the telecommunications sector, is important for assessing reliability and past performance. Information on previous contracts awarded to this company, their values, durations, and performance history (including any past performance issues or awards) would provide insight into their capabilities. A history of successful contract completion and positive performance reviews suggests a lower risk for this current $29 million award. Conversely, a record of significant issues, contract disputes, or poor performance could raise concerns about the government's ability to secure reliable and cost-effective detainee telephone services through this vendor.
What are the potential risks associated with a sole provider of detainee telephone services in a specific geographic region?
The potential risks associated with a sole provider, even within a competitive award process, for detainee telephone services in a specific geographic region like Alabama are multifaceted. These risks include service disruptions due to technical failures or natural disasters, potential for price increases upon contract renewal if competition diminishes, and reduced leverage for the government in negotiating terms or addressing service issues. Furthermore, over-reliance on a single vendor can stifle innovation and limit the adoption of newer, potentially more efficient technologies. Robust contingency planning and continuous market surveillance by the contracting agency are crucial to mitigate these risks.
Industry Classification
NAICS: Information › Other Telecommunications › Telecommunications Resellers
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSCECR-15-R-00001
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 910 RAVENWOOD DR, SELMA, AL, 36701
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $29,088,771
Exercised Options: $29,073,391
Current Obligation: $29,073,391
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2016-03-04
Current End Date: 2022-05-12
Potential End Date: 2022-05-12 00:00:00
Last Modified: 2022-07-19
More Contracts from Talton Communications Inc
- Non-Citizen Communications Services — $38.8M (Department of Homeland Security)
- Non-Citizens Communication Services (NCS) for Ero/Cmd — $32.6M (Department of Homeland Security)
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)