DOJ Awards $27.4M for Litigation Support Services to Leidos, Inc. Under Full and Open Competition
Contract Overview
Contract Amount: $27,392,068 ($27.4M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Justice
Start Date: 2013-09-30
End Date: 2020-12-31
Contract Duration: 2,649 days
Daily Burn Rate: $10.3K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: IGF::CT::IGF THIS CONTRACT WILL BE USED TO PROVIDE PROFESSIONAL LITIGATION SUPPORT PRODUCTS AND SERVICES TO THE DEPARTMENT OF JUSTICE AND OTHER FEDERAL AGENCIES ON AN INDEFINITE DELIVERY, INDEFINITE QUANTITY TASK ORDER BASIS. INDIVIDUAL TASK ORDERS ISSUED UNDER THIS CONTRACT MAY SUPPORT ANY DEPARTMENT OF JUSTICE ORGANIZATION OR FEDERAL AGENCY ON A LOCAL AND/OR NATIONWIDE BASIS. SERVICES MAY BE REQUIRED ANYWHERE IN OR OUTSIDE OF THE UNITED STATES AND ITS TERRITORIES. THIS CONTRACT WILL ALSO BE USED TO SUPPORT CASE- OR INVESTIGATION-RELATED ADMINISTRATIVE FUNCTIONS
Place of Performance
Location: GAITHERSBURG, MONTGOMERY County, MARYLAND, 20878
State: Maryland Government Spending
Plain-Language Summary
Department of Justice obligated $27.4 million to LEIDOS, INC. for work described as: IGF::CT::IGF THIS CONTRACT WILL BE USED TO PROVIDE PROFESSIONAL LITIGATION SUPPORT PRODUCTS AND SERVICES TO THE DEPARTMENT OF JUSTICE AND OTHER FEDERAL AGENCIES ON AN INDEFINITE DELIVERY, INDEFINITE QUANTITY TASK ORDER BASIS. INDIVIDUAL TASK ORDERS ISSUED UNDER THIS CONTRACT MAY… Key points: 1. Leidos, Inc. secured a significant contract for broad litigation support across federal agencies. 2. The contract spans a long period, indicating ongoing needs for legal services. 3. Competition was full and open, suggesting a potentially competitive pricing environment. 4. Services are highly flexible, covering domestic and international support for various administrative functions.
Value Assessment
Rating: fair
The total award of $27.4 million over seven years suggests a moderate annual spend. Benchmarking against similar broad litigation support contracts is difficult without specific task order details, but the duration and scope imply a reasonable, though not exceptionally low, price point.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which typically fosters competitive pricing. However, the indefinite delivery/indefinite quantity (IDIQ) nature means actual pricing is determined by individual task orders, making a definitive price discovery assessment challenging.
Taxpayer Impact: Taxpayer funds are utilized for essential legal support services across multiple federal agencies, aiming for efficiency and effectiveness in litigation and administrative functions.
Public Impact
Ensures critical legal and administrative support for the Department of Justice and other federal agencies. Supports national and potentially international legal operations, impacting government efficiency. Provides flexibility for agencies to procure specialized litigation support as needed. The long contract duration suggests sustained government reliance on these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (7 years) may lead to price increases over time.
- IDIQ structure makes it hard to assess overall value without task order specifics.
- Lack of small business participation noted.
Positive Signals
- Full and open competition generally drives better pricing.
- Broad scope allows for flexible and comprehensive support.
- Supports critical government functions.
Sector Analysis
This contract falls under professional, scientific, and technical services, specifically legal services. The spending benchmark for such services can vary widely based on complexity and duration, but a $27.4M award over seven years for broad support is substantial.
Small Business Impact
The data indicates that small business participation was not a factor in this contract award (ss: false, sb: false). This suggests the primary awardee is a large business, and opportunities for small businesses may be limited unless subcontracting occurs.
Oversight & Accountability
The use of an IDIQ contract allows for task-specific oversight. However, the broad nature and long duration necessitate diligent monitoring of individual task orders to ensure cost-effectiveness and adherence to scope by the Department of Justice.
Related Government Programs
- All Other Legal Services
- Department of Justice Contracting
- Offices, Boards and Divisions Programs
Risk Flags
- Potential for cost escalation over the contract's long duration.
- Lack of specific task order details hinders comprehensive value assessment.
- No noted small business participation.
- Broad scope could lead to scope creep if not managed carefully.
- Services required anywhere globally may introduce logistical complexities and costs.
Tags
all-other-legal-services, department-of-justice, md, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $27.4 million to LEIDOS, INC.. IGF::CT::IGF THIS CONTRACT WILL BE USED TO PROVIDE PROFESSIONAL LITIGATION SUPPORT PRODUCTS AND SERVICES TO THE DEPARTMENT OF JUSTICE AND OTHER FEDERAL AGENCIES ON AN INDEFINITE DELIVERY, INDEFINITE QUANTITY TASK ORDER BASIS. INDIVIDUAL TASK ORDERS ISSUED UNDER THIS CONTRACT MAY SUPPORT ANY DEPARTMENT OF JUSTICE ORGANIZATION OR FEDERAL AGENCY ON A LOCAL AND/OR NATIONWIDE BASIS. SERVICES MAY BE REQUIRED ANYWHERE IN OR OUTSIDE OF THE UNITED STATES AND ITS TERRITORIES. THIS CONTRACT WILL ALSO BE U
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Justice (Offices, Boards and Divisions).
What is the total obligated amount?
The obligated amount is $27.4 million.
What is the period of performance?
Start: 2013-09-30. End: 2020-12-31.
What is the average cost per task order, and how does it compare to similar litigation support services?
The average cost per task order cannot be determined from the provided data, as it only shows the total contract value. To assess value, a comparison of individual task order costs against market rates for similar litigation support services, considering factors like complexity, duration, and geographic location, would be necessary.
What are the specific risks associated with the long duration and broad scope of this contract?
The primary risks include potential cost escalation over the seven-year period, especially if market rates increase significantly. Scope creep is also a risk, where task orders might expand beyond the original intent. Furthermore, reliance on a single large contractor for such a broad range of services could reduce flexibility if needs change drastically.
How effective is this contract in ensuring timely and cost-efficient litigation support for federal agencies?
The effectiveness hinges on the management of individual task orders. Full and open competition at the contract level is a positive sign for cost efficiency. However, the IDIQ structure requires robust oversight to ensure task orders are awarded competitively (if applicable) and priced appropriately, and that services delivered meet the agencies' needs effectively and on time.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Legal Services › All Other Legal Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 4
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 700 N FREDERICK AVE, GAITHERSBURG, MD, 20879
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $27,392,068
Exercised Options: $27,392,068
Current Obligation: $27,392,068
Actual Outlays: $8,037,969
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: DJJ13C2441
IDV Type: IDC
Timeline
Start Date: 2013-09-30
Current End Date: 2020-12-31
Potential End Date: 2020-12-31 00:00:00
Last Modified: 2022-07-11
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 Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)