Leidos Inc. awarded $41.8M for NOAA facilities support, operations, and engineering services
Contract Overview
Contract Amount: $41,841,567 ($41.8M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Commerce
Start Date: 2009-07-01
End Date: 2013-06-30
Contract Duration: 1,460 days
Daily Burn Rate: $28.7K/day
Number of Offers Received: 5
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: PROVIDE PROGRAM MANAGEMENT SUPPORT; OPERATIONS MGT, ENGINEERING SUPPORT; DART O&M AND ENGINEERING; WEATHER O&M AND ENGINEERING; TAO O&M AND ENGINEERING
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
Department of Commerce obligated $41.8 million to LEIDOS, INC. for work described as: PROVIDE PROGRAM MANAGEMENT SUPPORT; OPERATIONS MGT, ENGINEERING SUPPORT; DART O&M AND ENGINEERING; WEATHER O&M AND ENGINEERING; TAO O&M AND ENGINEERING Key points: 1. Contract focuses on essential operational and engineering support for critical NOAA facilities. 2. Services include maintenance and engineering for DART, weather, and TAO systems. 3. The contract spans over four years, indicating a need for sustained support. 4. Leidos, Inc. is the sole awardee, raising questions about competition. 5. The contract type (Cost Plus Fixed Fee) can incentivize cost overruns if not managed carefully. 6. Geographic focus on Mississippi suggests specific facility needs in that region.
Value Assessment
Rating: fair
The total award of $41.8 million over four years for facilities support and engineering services appears to be within a reasonable range for complex government operations. However, without specific benchmarks for similar NOAA facilities or detailed cost breakdowns, a precise value-for-money assessment is challenging. The Cost Plus Fixed Fee (CPFF) contract type, while allowing for flexibility, carries inherent risks of cost escalation if not rigorously monitored. Benchmarking against industry standards for facilities management and specialized engineering support would be necessary for a more definitive valuation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a sole-source delivery order, meaning it was not competed among multiple vendors. This approach is typically used when a specific contractor possesses unique capabilities or when circumstances necessitate rapid procurement. The lack of competition means that price discovery through market forces was bypassed, potentially leading to higher costs for the government compared to a fully competed scenario. The rationale for this sole-source award would need to be thoroughly documented to ensure it was justified.
Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competitive bidding. Without a competitive process, there is less assurance that the government secured the best possible price for these essential services.
Public Impact
The National Oceanic and Atmospheric Administration (NOAA) benefits from sustained operational and engineering support for its critical facilities. Services ensure the continued functioning of DART, weather, and TAO systems, vital for environmental monitoring and forecasting. The contract's geographic focus on Mississippi implies benefits for facilities and operations within that state. The contract supports a workforce involved in specialized facilities management and engineering.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure on pricing.
- Cost Plus Fixed Fee contract type can lead to cost overruns without strict oversight.
- Lack of detailed performance metrics in the provided data makes assessing effectiveness difficult.
Positive Signals
- Contract ensures continuity of essential NOAA operations.
- Long-term nature of the contract (4 years) suggests stability for critical services.
- Focus on engineering support indicates investment in maintaining complex systems.
Sector Analysis
This contract falls within the Facilities Support Services sector, which encompasses a broad range of services including maintenance, repair, and operational support for government and commercial facilities. The market for these services is substantial, with significant government spending allocated annually. This specific contract supports NOAA's specialized needs, which often require unique engineering and operational expertise beyond standard facility management, positioning it within a niche but critical segment of the broader facilities services industry.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem appears minimal based on this information. Further investigation into the prime contractor's subcontracting plan would be necessary to determine any indirect benefits or opportunities for small businesses.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Commerce and NOAA's contracting and program management offices. As a Cost Plus Fixed Fee contract, rigorous financial oversight and performance monitoring are crucial to ensure costs remain within reasonable bounds and that services meet required standards. The effectiveness of oversight depends on the diligence of government personnel in tracking expenditures, verifying performance, and managing contract modifications. Transparency would be enhanced through regular reporting requirements and potential audits.
Related Government Programs
- NOAA Operations Support
- Federal Facilities Maintenance
- Engineering Services Contracts
- Weather and Climate Monitoring Systems Support
- Disaster and Tsunami Warning Systems Support
Risk Flags
- Sole-source award
- Cost Plus Fixed Fee contract type
- Potential for cost overruns
- Limited transparency on performance metrics
Tags
facilities-support, operations-management, engineering-support, department-of-commerce, noaa, leidos-inc, sole-source, cost-plus-fixed-fee, mississippi, weather-systems, tsunami-warning-systems
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $41.8 million to LEIDOS, INC.. PROVIDE PROGRAM MANAGEMENT SUPPORT; OPERATIONS MGT, ENGINEERING SUPPORT; DART O&M AND ENGINEERING; WEATHER O&M AND ENGINEERING; TAO O&M AND ENGINEERING
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).
What is the total obligated amount?
The obligated amount is $41.8 million.
What is the period of performance?
Start: 2009-07-01. End: 2013-06-30.
What is the historical spending trend for similar facilities support and engineering services at NOAA?
Analyzing historical spending for NOAA's facilities support and engineering services requires access to detailed budget and contract databases. Generally, agencies like NOAA, responsible for critical infrastructure and scientific operations, exhibit consistent or increasing spending in these areas due to the aging of facilities, the need for advanced technological support, and the ongoing maintenance of complex systems. For instance, spending on operations and maintenance (O&M) for scientific facilities can fluctuate based on major upgrade cycles or new system deployments. Without specific historical data for this contract's scope, it's difficult to pinpoint exact trends, but the nature of NOAA's mission suggests a sustained and potentially growing requirement for such services over time, often in the tens to hundreds of millions of dollars annually across various contracts.
How does the per-unit cost of services under this contract compare to industry benchmarks for similar facilities support?
A direct per-unit cost comparison is challenging without granular data on the specific services provided (e.g., cost per square foot maintained, cost per engineering hour, cost per system serviced). Facilities support and specialized engineering services for government entities, especially those involving critical scientific infrastructure like NOAA's, often command higher prices than standard commercial services due to stringent security, compliance, and operational requirements. The Cost Plus Fixed Fee (CPFF) structure also complicates direct benchmarking, as the 'fixed fee' is only one component. To assess value, one would need to compare the total cost against the scope of work and the complexity of the systems supported, potentially benchmarking against other sole-source or limited-competition contracts for similar specialized government facilities.
What are the key performance indicators (KPIs) used to measure the success of Leidos, Inc. under this contract?
Key Performance Indicators (KPIs) for a contract like this, focused on Program Management Support, Operations Management, and Engineering Support for NOAA facilities, would typically include metrics related to system uptime and reliability, response times for maintenance requests, successful completion of scheduled preventative maintenance, adherence to safety protocols, and timely execution of engineering projects. For instance, KPIs might track the percentage of critical systems (like DART, weather, TAO) that remain operational above a certain threshold (e.g., 99.9%), the average time to resolve reported issues, and the completion rate of planned maintenance activities within specified windows. The effectiveness of Leidos's performance would be evaluated against these pre-defined metrics, often tied to incentive fees or penalties within the CPFF structure.
What is the track record of Leidos, Inc. in managing similar large-scale government facilities support contracts?
Leidos, Inc. has a substantial track record in managing large-scale government contracts across various sectors, including IT, defense, and civilian agencies. They frequently handle complex operations, maintenance, and engineering support services for federal entities. Their experience often involves managing critical infrastructure, ensuring system availability, and providing specialized technical expertise. While specific performance details for every contract are not publicly available, Leidos is generally recognized as a major government contractor capable of undertaking significant programs. Assessing their performance on this specific NOAA contract would involve reviewing past performance evaluations, any contract disputes, and their overall reputation within the federal contracting community for reliability and quality of service.
What are the potential risks associated with the sole-source nature of this award for NOAA's operational continuity?
The primary risk associated with a sole-source award for NOAA's operational continuity is the lack of competitive pressure, which can lead to complacency and potentially higher costs or reduced service quality over time. If Leidos, Inc. were to face financial difficulties, operational challenges, or decide to exit the contract prematurely, NOAA would have limited immediate alternatives due to the absence of pre-vetted competitors. This could disrupt critical services like weather forecasting or tsunami warnings. Furthermore, without competition, there's less incentive for the contractor to innovate or proactively seek efficiencies, potentially impacting long-term cost-effectiveness and the modernization of supported systems.
How does this contract align with NOAA's broader mission objectives and strategic priorities?
This contract directly aligns with NOAA's core mission of understanding and predicting changes in climate, weather, oceans, and coasts, and sharing that knowledge as public service. The provision of Program Management Support, Operations Management, and Engineering Support for critical systems like DART (Disaster and Tsunami Warning System), weather, and TAO (Tropical Atmosphere Ocean array) is fundamental to maintaining the infrastructure necessary for data collection, analysis, and dissemination. Ensuring the reliable operation of these systems is crucial for public safety, economic security, and scientific advancement, directly supporting NOAA's strategic priorities in areas such as climate resilience, weather readiness, and ocean exploration.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: RESEARCH AND DEVELOPMENT › DEFENSE (OTHER) R&D
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 10260 CAMPUS POINT DR, SAN DIEGO, CA, 92121
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $41,841,567
Exercised Options: $41,841,567
Current Obligation: $41,841,567
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: DOCQA133005CQ1035
IDV Type: IDC
Timeline
Start Date: 2009-07-01
Current End Date: 2013-06-30
Potential End Date: 2013-06-30 00:00:00
Last Modified: 2023-08-16
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 Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)