GSA awards $11.86M for Army engineering and scientific program support to Leidos, Inc
Contract Overview
Contract Amount: $11,863,752 ($11.9M)
Contractor: Leidos, Inc.
Awarding Agency: General Services Administration
Start Date: 2020-09-03
End Date: 2026-03-02
Contract Duration: 2,006 days
Daily Burn Rate: $5.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NATICK ARMY ENGINEERING AND SCIENTIFIC PROGRAM SUPPORT
Place of Performance
Location: NATICK, MIDDLESEX County, MASSACHUSETTS, 01760
Plain-Language Summary
General Services Administration obligated $11.9 million to LEIDOS, INC. for work described as: NATICK ARMY ENGINEERING AND SCIENTIFIC PROGRAM SUPPORT Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is for administrative management and general management consulting services. 3. Leidos, Inc. is the sole awardee for this delivery order. 4. The contract duration extends over multiple years, indicating a long-term need. 5. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 6. The award falls under the MAS (Multiple Award Schedule) program, a common procurement vehicle.
Value Assessment
Rating: good
The contract value of $11.86 million over its period of performance appears reasonable for specialized engineering and scientific program support. Benchmarking against similar GSA MAS contracts for management consulting services would provide a more precise value-for-money assessment. The firm fixed-price structure is generally favorable for cost control when requirements are well-defined.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, likely through the GSA Multiple Award Schedule (MAS) program. This indicates that multiple vendors had the opportunity to bid. The presence of a competitive process is expected to drive fair pricing and encourage efficient service delivery.
Taxpayer Impact: Taxpayers benefit from a competitive process that aims to secure services at the best possible price and quality, reducing the risk of overpayment.
Public Impact
The primary beneficiary is the U.S. Army, which receives essential engineering and scientific program support. Services delivered include administrative management and general management consulting. The contract is managed by the General Services Administration (GSA), facilitating federal procurement. The geographic impact is likely focused on Army installations and operations, with potential national implications for defense readiness.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if program requirements are not tightly managed.
- Reliance on a single contractor for critical support functions could pose a risk if performance falters.
Positive Signals
- Firm Fixed Price contract structure incentivizes contractor efficiency and cost control.
- Award through GSA MAS program suggests adherence to established procurement standards.
- Long contract duration allows for continuity of essential services.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically management consulting. The U.S. government is a significant consumer of these services, particularly for defense and administrative functions. The GSA MAS program is a primary vehicle for procuring such services, with substantial annual spending across various agencies.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). While Leidos, Inc. is a large business, there is no information provided on subcontracting plans. The absence of a small business set-aside suggests that large businesses were deemed the most capable or competitive for this particular requirement.
Oversight & Accountability
Oversight is provided by the General Services Administration (GSA) through its Federal Acquisition Service. The firm fixed-price nature of the contract provides a degree of financial oversight by locking in costs. Transparency is generally maintained through federal procurement databases, though specific performance metrics and detailed oversight activities are not publicly detailed in this summary.
Related Government Programs
- Army Engineering and Support Services
- Management and Consulting Services
- GSA Multiple Award Schedule Contracts
- Federal Program Management Support
Risk Flags
- Contract awarded to a large business, potentially limiting small business participation.
- Long contract duration requires sustained performance monitoring.
- Reliance on a single awardee for critical support functions.
Tags
management-consulting, administrative-support, army, gsa, delivery-order, firm-fixed-price, full-and-open-competition, mas-contract, professional-services, leidos-inc, massachusetts
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $11.9 million to LEIDOS, INC.. NATICK ARMY ENGINEERING AND SCIENTIFIC PROGRAM SUPPORT
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $11.9 million.
What is the period of performance?
Start: 2020-09-03. End: 2026-03-02.
What is Leidos, Inc.'s track record with similar government contracts, particularly with the Army and GSA?
Leidos, Inc. has a substantial history of performing contracts for the U.S. government, including significant work with the Department of Defense and agencies like GSA. Their portfolio often includes complex IT, engineering, and professional services. Analyzing their past performance ratings, contract modifications, and any past performance issues on similar contracts would provide insight into their reliability and capability for this specific award. Publicly available contract databases and CPARS (Contractor Performance Assessment Reporting System) data, where accessible, are key resources for this assessment. A review of their financial stability and size relative to the contract value is also important.
How does the awarded price compare to market rates for similar administrative management and general management consulting services?
Determining the precise market rate comparison requires detailed analysis of the specific services rendered, the labor categories involved, and the geographic location of service delivery. However, the contract's value of approximately $11.86 million over its term, awarded under GSA MAS, suggests it was priced competitively within the framework of pre-negotiated MAS schedules. Benchmarking against other GSA MAS awards for similar NAICS codes (541611) and contract types (Firm Fixed Price) can provide a range. Factors like the contractor's overhead, profit margins, and the specific expertise required will influence the final price. Without access to the detailed CLIN structure and labor rates, a definitive price-to-market assessment is challenging, but the competitive award process provides some assurance of reasonable pricing.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential cost overruns if the scope of work expands beyond the initial definition (though mitigated by the Firm Fixed Price structure), contractor performance issues, and potential delays in service delivery. Mitigation strategies typically involve robust contract management by the GSA and the Army, including regular performance reviews, clear communication channels, and defined deliverables. The firm fixed-price nature places the onus on Leidos to manage costs effectively. Furthermore, the competitive award process itself serves as a risk mitigation tool by selecting a contractor deemed capable and offering a fair price. Contingency planning and clear termination clauses are standard contractual safeguards.
How effective has the GSA MAS program been in procuring similar management consulting services for the federal government?
The GSA Multiple Award Schedule (MAS) program is a cornerstone of federal procurement, designed to streamline the acquisition of a wide range of goods and services, including management consulting. It offers pre-negotiated contract terms and pricing, allowing agencies to issue task orders or delivery orders relatively quickly. Its effectiveness lies in its efficiency, competition, and the ability to leverage established relationships with vetted vendors. For management consulting, MAS provides access to a broad spectrum of expertise. However, effectiveness can vary depending on how well agencies define their needs and conduct fair evaluations within the MAS framework. Continuous monitoring and feedback mechanisms are crucial for ensuring ongoing effectiveness.
What is the historical spending trend for administrative management and general management consulting services by the U.S. Army?
The U.S. Army, like other major defense agencies, consistently spends significant amounts on administrative management and general management consulting services. This spending is driven by the need for specialized expertise in areas such as strategic planning, organizational efficiency, process improvement, and program management, which are often outside the core organic capabilities of military personnel. Historical data indicates a steady or increasing demand for these services, particularly in support of complex modernization efforts, operational planning, and administrative functions. Spending patterns can fluctuate based on budget allocations, strategic priorities, and the initiation of new large-scale programs or initiatives.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: ID01200010
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1750 PRESIDENTS ST FL 6, RESTON, VA, 20190
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $29,618,525
Exercised Options: $13,206,807
Current Obligation: $11,863,752
Actual Outlays: $-4,497
Subaward Activity
Number of Subawards: 7
Total Subaward Amount: $600,655
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS00F022CA
IDV Type: FSS
Timeline
Start Date: 2020-09-03
Current End Date: 2026-03-02
Potential End Date: 2026-03-02 00:00:00
Last Modified: 2026-02-03
More Contracts from Leidos, Inc.
- Science Operation and Maintenance Support for the United States Antarctic Program — $3.1B (National Science Foundation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Department of Transportation)
- THE Facilities Development and Operations Contract(fdoc) Specifies Technical, Managerial, and Adminstrative Work Needed to Ensure the Availablitity, Integrity, and Reliability of Missionoperations Facilites Supporting National Aeronautics and Space Administration (nasa) Human Space Flight (HSF) Programs Requiring Mission Operations Support. the Objective of This Contract IS to Consolidate Efforts Across the Facilities Covered Under Fodoc in Order to Maximize Synergy for Hardware and Software Development, Modification, Sustaining. Maintenance, Reconfiguration, and Operations for the Purpose of Reducing Cost Without Compromising Facility Functionality and Performance. Nasa Will Collaborate With the Contractor on Developing Procedural and Technical Innovations That Improve Quality, Ensure Customer Satisfaction and Reduce Cost. Mission Operations Facilities Currently Support the Space Shuttle Programand the International Space Station Progra, Including International Partner and Commmercial Visiting Vehicles. Mission Operations Facilities Supporting the Cnstellation Program(cxp) ARE Continuously Under Development in Concert With CXP Formulation and Implementation. Fdoc Applies to the Facilities of These Three Programs, and ANY Other HSF Program Requiring Mission Operations Facility Support. in Addition, Future Mission Operations Facilities and Capabilities ARE Within the Technical Scope of This SOW, and Fdoc Worlk Associated With These Facilities Will BE Enabled Through Idiq — $1.3B (National Aeronautics and Space Administration)
- National Airspace System (NAS) Implementation Support Contract (nisc). Provides Engineering and Technical Support Services to FAA Organizations Responsible for NAS Transformation, Integration and Implementation in the Areas of Implementation and Integration Planning, Transition Planning, Engineering Support, Environmental Support, Automation Support and Other Engineering and Technical Disciplines AS Required. TAS::69 8107::TAS — $1.1B (Department of Transportation)
- Itssc Task Order for Systems — $1.1B (Social Security Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)