DHS awards $30M+ for FLETC student administration system, a sole-source contract with a 5-year duration
Contract Overview
Contract Amount: $30,175,924 ($30.2M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-29
End Date: 2026-09-28
Contract Duration: 1,825 days
Daily Burn Rate: $16.5K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: STUDENT ADMINISTRATION AND SCHEDULING SYSTEM (SASS) SERVICES FOR FLETC.
Place of Performance
Location: BRUNSWICK, GLYNN County, GEORGIA, 31524
State: Georgia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $30.2 million to LEIDOS, INC. for work described as: STUDENT ADMINISTRATION AND SCHEDULING SYSTEM (SASS) SERVICES FOR FLETC. Key points: 1. The contract for the Student Administration and Scheduling System (SASS) services was awarded on a sole-source basis. 2. The contract has a total duration of 1825 days, spanning five years. 3. The primary contractor is Leidos, Inc., a significant player in government IT services. 4. The contract is for custom computer programming services, falling under NAICS code 541511. 5. The contract was awarded as a Firm Fixed Price type, indicating predictable costs for the government. 6. The geographic location for performance is Georgia (GA).
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without specific performance metrics or comparable sole-source awards. However, the fixed-price nature provides cost certainty. The total value of over $30 million for a five-year system development and support contract suggests a substantial investment. Further analysis would require understanding the scope of services and the criticality of the SASS system to FLETC operations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when a specific vendor possesses unique capabilities or when circumstances preclude full and open competition. The lack of competition means that the government did not benefit from a bidding process that could have potentially driven down prices or spurred innovation from a wider range of providers.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as the government does not leverage competitive pressures to secure the best possible pricing.
Public Impact
Federal law enforcement trainees and instructors at FLETC will benefit from improved student administration and scheduling. The contract delivers custom computer programming services to enhance the SASS system. The services are performed in Georgia, impacting the local IT workforce and economy. The system is expected to streamline administrative processes, potentially improving the efficiency of training operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and innovation opportunities.
- Lack of transparency in the justification for sole-source procurement.
- Potential for cost overruns if scope is not tightly managed due to lack of competition.
Positive Signals
- Firm Fixed Price contract provides cost certainty for the government.
- Long-term contract (5 years) allows for stable system development and support.
- Contractor (Leidos, Inc.) is an established provider of IT services to the government.
Sector Analysis
The IT services sector, particularly custom computer programming, is a significant area of federal spending. This contract falls within the broader IT services market, which includes software development, system integration, and IT support. Federal agencies rely heavily on such services to maintain and modernize their operational systems. The market for these services is competitive, but sole-source awards can occur for specialized needs or when existing systems require continuity of service from the original developer.
Small Business Impact
This contract was not awarded as a small business set-aside, and there is no indication of subcontracting requirements for small businesses in the provided data. Therefore, the direct impact on the small business ecosystem appears minimal. However, the prime contractor, Leidos, Inc., may have its own small business subcontracting goals as part of its broader government contracting obligations, which could indirectly benefit small businesses.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and program officials within the Federal Law Enforcement Training Center (FLETC) and the Department of Homeland Security (DHS). The firm fixed-price nature of the contract provides a degree of financial oversight. Transparency regarding the justification for the sole-source award and ongoing performance monitoring would be key accountability measures. Inspector General reviews could be initiated if specific concerns regarding performance or procurement practices arise.
Related Government Programs
- FLETC Training Management Systems
- DHS IT Modernization Programs
- Custom Software Development Contracts
- Federal Law Enforcement Training Support
Risk Flags
- Sole-source award may limit cost-effectiveness.
- Lack of competition could impact innovation.
- Potential for vendor lock-in.
- System performance and user satisfaction are key but not detailed.
Tags
it-services, custom-computer-programming, department-of-homeland-security, federal-law-enforcement-training-center, leidos-inc, definitive-contract, firm-fixed-price, sole-source, georgia, student-administration-scheduling-system, naics-541511
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $30.2 million to LEIDOS, INC.. STUDENT ADMINISTRATION AND SCHEDULING SYSTEM (SASS) SERVICES FOR FLETC.
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Federal Law Enforcement Training Center).
What is the total obligated amount?
The obligated amount is $30.2 million.
What is the period of performance?
Start: 2021-09-29. End: 2026-09-28.
What is the specific justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was awarded as 'NOT COMPETED,' which is synonymous with a sole-source award. Specific justifications for sole-source procurements are typically documented in a Justification and Approval (J&A) document. Common reasons include the existence of unusual and compelling urgency, the need for a unique capability or specialized service only available from a single source, or when the contract is a follow-on to a previously competed contract where only the original contractor can provide the necessary services due to proprietary knowledge or integration. Without access to the J&A, the precise reason remains unknown, but it implies that full and open competition was deemed impractical or not in the government's best interest at the time of award.
How does the total contract value of $30M+ compare to similar student administration systems in other federal agencies?
Direct comparison of the $30M+ total contract value for the Student Administration and Scheduling System (SASS) services for FLETC to similar systems in other federal agencies is difficult without detailed scope and service level information. However, for a five-year duration, this value suggests a significant investment in a critical system. Larger agencies with more extensive training programs might have comparable or larger IT support contracts. Smaller agencies might have less complex systems with lower associated costs. The sole-source nature of this award could also mean the price was not optimized through competition, potentially making it higher than a competitively procured system of similar scope.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?
The provided data does not include specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. However, for a custom computer programming services contract focused on student administration and scheduling, typical KPIs might include system uptime/availability, response times for user queries, data accuracy rates, successful completion of scheduled training events, and user satisfaction ratings. SLAs would define the expected performance levels for these metrics, often with associated remedies or penalties for non-compliance. These details are usually found in the contract's statement of work (SOW) or performance work statement (PWS).
What is Leidos, Inc.'s track record with similar IT service contracts for federal law enforcement or training agencies?
Leidos, Inc. is a major government contractor with a substantial portfolio of IT services contracts across various federal agencies, including those in defense, intelligence, and civilian sectors. They have a history of providing complex IT solutions, including software development, system integration, and operational support. While specific details on their past performance with student administration systems for law enforcement training are not provided here, their general experience suggests they possess the technical capabilities and project management expertise to handle such a contract. A deeper dive into their contract history would reveal specific past performance evaluations and relevant project experience.
What is the historical spending trend for student administration and scheduling systems at FLETC or DHS?
The provided data only pertains to the current contract awarded in September 2021. Historical spending trends for student administration and scheduling systems at FLETC or DHS are not available in this dataset. To analyze historical spending, one would need to access previous contract awards for similar systems, including any prior contracts with Leidos or other vendors for SASS services, and potentially other related administrative IT systems. Examining spending over multiple fiscal years would reveal patterns, increases, or decreases in investment in this area.
Are there any known risks associated with the SASS system or its implementation by Leidos, Inc.?
Without specific risk assessments or performance reports, it's difficult to identify concrete risks associated with this particular SASS system or Leidos's implementation. However, general risks for sole-source IT contracts include potential for scope creep if not managed tightly, vendor lock-in, and the possibility that the system may not fully meet evolving user needs due to a lack of competitive feedback. For Leidos, as a large contractor, risks might be more related to resource allocation, integration challenges with existing FLETC infrastructure, or cybersecurity vulnerabilities if not adequately addressed. The long duration of the contract also introduces the risk of technological obsolescence if not proactively managed.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70LGLY21RSSB00017
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 1750 PRESIDENTS ST, 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: $30,727,420
Exercised Options: $30,727,420
Current Obligation: $30,175,924
Actual Outlays: $17,161,580
Subaward Activity
Number of Subawards: 16
Total Subaward Amount: $1,746,467
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2021-09-29
Current End Date: 2026-09-28
Potential End Date: 2026-09-28 00:00:00
Last Modified: 2025-09-24
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 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)