NASA Awards Leidos $30.18M for Microsoft ELA and Office 365 Upgrade
Contract Overview
Contract Amount: $30,183,424 ($30.2M)
Contractor: Leidos, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2019-11-01
End Date: 2022-10-31
Contract Duration: 1,095 days
Daily Burn Rate: $27.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: NEST MS ELA AND OFFICE 365 UPGRADE - THE CONTINUATION OF PERFORMANCE FOR WORK PREVIOUSLY AWARDED UNDER TO 80NSSC20F0551
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20190
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $30.2 million to LEIDOS, INC. for work described as: NEST MS ELA AND OFFICE 365 UPGRADE - THE CONTINUATION OF PERFORMANCE FOR WORK PREVIOUSLY AWARDED UNDER TO 80NSSC20F0551 Key points: 1. Contract value of $30.18M for essential software and IT services. 2. Leidos, Inc. is the sole awardee for this delivery order. 3. Potential risk associated with vendor lock-in for critical software. 4. IT sector spending on software licensing and support.
Value Assessment
Rating: good
The contract value appears reasonable for a multi-year enterprise software license and upgrade, especially considering the scope of Microsoft ELA and Office 365. Benchmarking against similar large-scale government software procurements would provide further context.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process. This method generally promotes price discovery and potentially better pricing for the government.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for necessary IT infrastructure.
Public Impact
Ensures continued access to critical productivity software for NASA personnel. Supports NASA's operational efficiency through updated Microsoft services. Potential for cost savings through enterprise-wide licensing agreements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Reliance on a single vendor for core productivity software.
- Potential for future price increases upon contract renewal.
- Need for robust cybersecurity measures for cloud-based services.
Positive Signals
- Awarded under full and open competition.
- Firm Fixed Price contract type provides cost certainty.
- Supports essential government operations.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on software licensing and IT system support. Government spending on enterprise software licenses like Microsoft ELA is substantial and ongoing.
Small Business Impact
The data indicates this contract was not set aside for small businesses and the awardee, Leidos, Inc., is a large corporation. There is no direct small business participation evident in this specific award.
Oversight & Accountability
The award is a delivery order under a larger contract, implying prior oversight. NASA's procurement processes are subject to federal regulations and oversight to ensure compliance and value.
Related Government Programs
- Computer Systems Design Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Vendor lock-in for critical software.
- Potential for future price increases.
- Cybersecurity risks of cloud-based services.
- Lack of small business participation.
Tags
computer-systems-design-services, national-aeronautics-and-space-administr, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $30.2 million to LEIDOS, INC.. NEST MS ELA AND OFFICE 365 UPGRADE - THE CONTINUATION OF PERFORMANCE FOR WORK PREVIOUSLY AWARDED UNDER TO 80NSSC20F0551
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $30.2 million.
What is the period of performance?
Start: 2019-11-01. End: 2022-10-31.
What is the total cost of ownership for this Microsoft ELA and Office 365 upgrade over its full duration, including potential future renewals?
The current award is for $30.18M over three years. To determine the total cost of ownership, one would need to project costs for subsequent renewal periods, factoring in potential price escalations, new feature adoption, and any associated training or support services. A comprehensive analysis would also consider the total cost of migrating to alternative solutions, if applicable.
What are the specific cybersecurity risks associated with NASA's reliance on Office 365, and what mitigation strategies are in place?
Reliance on cloud-based services like Office 365 introduces risks such as data breaches, unauthorized access, and service disruptions. NASA likely employs a multi-layered security approach, including strong authentication (MFA), data encryption, regular security audits, endpoint protection, and adherence to strict government security protocols (e.g., FedRAMP). Continuous monitoring and incident response plans are crucial.
How does the performance of Leidos, Inc. on this contract compare to their performance on the previous contract (TO 80NSSC20F0551)?
Assessing performance requires access to past performance evaluations and contract data. Without specific metrics from the previous TO, it's difficult to make a direct comparison. However, the continuation of performance suggests satisfaction with Leidos's service delivery on the prior award, indicating a positive track record in meeting NASA's requirements for these IT services.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
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: $30,963,549
Exercised Options: $30,963,549
Current Obligation: $30,183,424
Actual Outlays: $30,183,424
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: PRODUCTS OR SERVICES PURSUANT TO FAR 12.102(F)
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 80NSSC19D0001
IDV Type: IDC
Timeline
Start Date: 2019-11-01
Current End Date: 2022-10-31
Potential End Date: 2022-10-31 00:00:00
Last Modified: 2023-06-12
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 National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →