HUD awards $50.4M contract for systems integration and end-user services to Leidos, Inc
Contract Overview
Contract Amount: $50,444,148 ($50.4M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Housing and Urban Development
Start Date: 2019-02-01
End Date: 2024-05-14
Contract Duration: 1,929 days
Daily Burn Rate: $26.1K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: SYSTEMS INTEGRATION AND END USER SERVICES IGF::OT::IGF
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20410
Plain-Language Summary
Department of Housing and Urban Development obligated $50.4 million to LEIDOS, INC. for work described as: SYSTEMS INTEGRATION AND END USER SERVICES IGF::OT::IGF Key points: 1. Contract awarded on a cost-plus-fixed-fee basis, which can lead to cost overruns if not managed carefully. 2. The contract was not competed, raising questions about potential price efficiencies and market responsiveness. 3. A long duration of 1929 days suggests a significant, ongoing need for these services. 4. The contract's value is substantial, indicating a critical role in supporting HUD's IT infrastructure. 5. The specific Product Service Code (PSC) is not provided, limiting detailed benchmarking. 6. The contractor, Leidos, Inc., is a large, established entity in the federal IT services space.
Value Assessment
Rating: fair
The contract's cost-plus-fixed-fee structure requires close monitoring to ensure value for money. Without a competitive bidding process, it's difficult to benchmark pricing against market rates or other similar contracts. The total award amount of $50.4 million over its duration suggests a significant investment in IT infrastructure and support. Further analysis would be needed to compare the fixed fee component and indirect rates to industry standards.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not open to competition from other potential vendors. This approach is typically used when a specific contractor possesses unique capabilities or when circumstances prevent a full and open competition. The lack of competition means that HUD did not benefit from the price discovery and potential cost savings that a competitive process could have yielded.
Taxpayer Impact: Taxpayers may have paid a higher price than necessary due to the absence of competitive pressure. Without multiple bids, there is less assurance that the government secured the best possible value.
Public Impact
The contract directly supports the Department of Housing and Urban Development's mission by ensuring the functionality of its IT systems. End-users within HUD, including employees and potentially external stakeholders interacting with HUD systems, will benefit from reliable IT services. The services provided are crucial for the day-to-day operations and data management of a major federal agency. The contract's impact is primarily concentrated within the District of Columbia, where HUD's headquarters are located.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potential for cost savings.
- Cost-plus-fixed-fee contract type can incentivize cost increases if not rigorously managed.
- Long contract duration may indicate a lack of agile procurement or potential for vendor lock-in.
Positive Signals
- Leidos, Inc. is an experienced contractor with a significant presence in federal IT services.
- The contract addresses critical IT infrastructure needs for a major federal agency.
- The contract is for definitive services, suggesting a clear scope of work.
Sector Analysis
This contract falls within the Computer Systems Design Services sector, a critical component of the broader Information Technology industry. This sector is characterized by high demand for specialized expertise in areas like system integration, network management, and end-user support. The market size for federal IT services is substantial, with agencies continually investing in modernizing their infrastructure and enhancing cybersecurity. This contract represents a significant portion of spending within this niche for HUD.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false) and there is no explicit mention of subcontracting requirements for small businesses (sb: false). This suggests that the primary contractor, Leidos, Inc., will likely perform the majority of the work. Consequently, this contract may not directly contribute to opportunities for small businesses within the federal contracting ecosystem, nor does it appear to leverage the small business subcontracting program.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and program managers within the Department of Housing and Urban Development. The cost-plus-fixed-fee structure necessitates diligent oversight of costs and performance to ensure value. Transparency would be enhanced through regular reporting requirements and potentially through public contract databases, though specific oversight mechanisms are not detailed in the provided data. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- IT Systems Modernization
- End-User Support Services
- Computer Systems Design
- Federal IT Infrastructure
Risk Flags
- Sole-source award
- Cost-plus-fixed-fee contract type
- Long contract duration
Tags
it-services, systems-integration, end-user-support, hud, leidos-inc, definitive-contract, sole-source, cost-plus-fixed-fee, district-of-columbia, computer-systems-design-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Housing and Urban Development awarded $50.4 million to LEIDOS, INC.. SYSTEMS INTEGRATION AND END USER SERVICES IGF::OT::IGF
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Housing and Urban Development (Department of Housing and Urban Development).
What is the total obligated amount?
The obligated amount is $50.4 million.
What is the period of performance?
Start: 2019-02-01. End: 2024-05-14.
What is the track record of Leidos, Inc. in delivering similar IT systems integration and end-user services to federal agencies?
Leidos, Inc. is a well-established government contractor with extensive experience in IT services, including systems integration and end-user support. They have a long history of performing large-scale contracts for various federal agencies, such as the Department of Defense, NASA, and the Department of Veterans Affairs. Their portfolio often includes complex IT modernization efforts, cybersecurity solutions, and enterprise-wide IT support. While specific performance metrics for this particular HUD contract are not detailed, Leidos generally has a strong reputation for technical capability and program execution. However, like any large contractor, they may have faced past performance issues on specific contracts, which would typically be reviewed during a competitive procurement process. For this sole-source award, HUD would have relied on their existing knowledge of Leidos' capabilities or conducted a specific review.
How does the cost-plus-fixed-fee pricing structure compare to other contract types for similar IT services?
The Cost-Plus-Fixed-Fee (CPFF) contract type is often used when the scope of work is well-defined but the exact costs are uncertain, or when the contractor needs to be incentivized to control costs while performing a specific task. In CPFF, the government pays the contractor's actual allowable costs plus a fixed fee, which represents the contractor's profit. Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers more flexibility for the government if requirements change, but it carries a higher risk of cost overruns if not managed diligently. Other contract types like Time and Materials (T&M) or Labor Hour (LH) are generally used for smaller, less defined efforts. For large-scale IT systems integration and support, CPFF can be appropriate, but it requires robust oversight to ensure the fixed fee remains a reasonable profit margin and that costs are controlled.
What are the potential risks associated with a sole-source award for critical IT services?
A sole-source award for critical IT services, like those provided under this HUD contract, presents several potential risks. Primarily, the absence of competition means the government may not achieve the best possible price, potentially leading to higher costs for taxpayers. It can also reduce the incentive for the incumbent contractor to innovate or improve efficiency, as there is no direct threat of losing the business to a competitor. Furthermore, sole-source awards can sometimes indicate a lack of market research or planning, or a reliance on a single vendor's unique capabilities, which can create vendor lock-in and limit future flexibility. Agencies typically justify sole-source awards based on specific criteria, such as urgency, unique capabilities, or the need for compatibility with existing systems, but these justifications should be rigorously scrutinized.
What is the historical spending pattern for systems integration and end-user services at HUD?
Analyzing historical spending patterns for systems integration and end-user services at HUD is crucial for understanding the context of this $50.4 million award. While the provided data focuses on a single contract, a comprehensive review would involve examining previous contracts awarded by HUD for similar services over several fiscal years. This would help identify trends in contract values, types of services procured, and the contractors frequently utilized. It would also reveal whether spending has been consistent, increasing, or decreasing. Understanding this history can help assess if the current award is an anomaly or part of a sustained investment strategy. Without access to HUD's broader contract database, a detailed historical analysis is not possible from the given information.
How does the contract duration of 1929 days (approximately 5.3 years) impact the overall value and risk?
A contract duration of 1929 days, or roughly 5.3 years, is quite substantial for IT services. This long duration can offer stability and predictability for both the agency and the contractor, allowing for long-term planning and the development of deep institutional knowledge. For the agency, it can ensure continuity of critical IT operations. However, it also introduces risks. Technology evolves rapidly, and a long-term contract might not be agile enough to adapt to new advancements or changing requirements, potentially leading to outdated systems or inefficient processes. Furthermore, a long commitment can limit the agency's ability to re-evaluate its needs or seek potentially better solutions from the market if they emerge. The cost-plus-fixed-fee structure over such a long period necessitates continuous monitoring to ensure the fixed fee remains appropriate and costs are managed effectively throughout the contract's life.
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 › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 11951 FREEDOM DR, 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: $64,333,932
Exercised Options: $50,444,148
Current Obligation: $50,444,148
Actual Outlays: $45,459,565
Subaward Activity
Number of Subawards: 117
Total Subaward Amount: $17,337,209
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2019-02-01
Current End Date: 2024-05-14
Potential End Date: 2024-11-27 00:00:00
Last Modified: 2025-11-17
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 Housing and Urban Development Contracts
- Single Family Master Subservicer Services in Support of Ginnie Mae's Mortgage-Backed Securities (MBS) Programs — $982.0M (Carrington Mortgage Services LLC)
- TAS::86 4585::TAS Award of Portion of Hits Solicitation Under RFP R-Opc-21970 Pursuant to Settlement Agreement. the Contractor Shall Provide Data Center, Help Desk, and Disaster Recovery Services — $620.3M (Peraton Enterprise Solutions LLC)
- TAS::86 4585::TAS Award of Portion of Hits RFP to LMC. the Contractor IS Responsible for Lotus Notes, Desktops, Laptops, Field Office Servers, Lans, Printers, and Kiosks — $498.6M (Lockheed Martin Services, LLC)
- Single Family Master Subservicer Igf::ot::igf — $343.6M (Carrington Mortgage Services LLC)
- Single Family Master Subservicer Igf::ot::igf — $314.2M (Selene Finance LP)
View all Department of Housing and Urban Development contracts →