DoD awards $47.9M for SONAR Tactical Decision Aid Support to Leidos Inc
Contract Overview
Contract Amount: $47,911,306 ($47.9M)
Contractor: Leidos Inc
Awarding Agency: Department of Defense
Start Date: 2007-05-02
End Date: 2013-08-21
Contract Duration: 2,303 days
Daily Burn Rate: $20.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Defense
Official Description: SONAR TACTICAL DECISION AID SUPPORT
Place of Performance
Location: BETHESDA, MONTGOMERY County, MARYLAND, 20817, UNITED STATES OF AMERICA
State: Maryland Government Spending
Plain-Language Summary
Department of Defense obligated $47.9 million to LEIDOS INC for work described as: SONAR TACTICAL DECISION AID SUPPORT Key points: 1. Contract awarded to Leidos Inc. for specialized engineering services. 2. Full and open competition was utilized for this procurement. 3. The contract duration spans over 6 years. 4. The primary sector is Engineering Services, supporting naval operations.
Value Assessment
Rating: fair
The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. The award amount of $47.9M over 6 years suggests a moderate annual spend, but without specific performance metrics or comparable contracts, a precise value assessment is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Full and open competition was used, indicating a competitive bidding process. This method generally promotes price discovery and can lead to more favorable pricing for the government compared to sole-source or limited competition.
Taxpayer Impact: The use of full and open competition is a positive indicator for taxpayer value, as it aims to secure the best possible price through market forces.
Public Impact
Enhances naval operational capabilities through advanced decision support systems. Supports critical defense missions requiring sophisticated sonar analysis. Potential for technological advancements in maritime defense.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contract type carries inherent risk of cost escalation.
- Long contract duration (6 years) may not adapt well to rapidly changing technology.
Positive Signals
- Full and open competition utilized.
- Awarded to a known defense contractor (Leidos Inc.).
Sector Analysis
This contract falls under Engineering Services, a broad category often supporting complex defense systems. Benchmarks for similar sonar decision aid support contracts are not readily available, but the annual spend appears moderate for specialized defense technology.
Small Business Impact
The data indicates the prime contractor is Leidos Inc., a large business. There is no explicit information regarding small business participation or subcontracting goals within this award.
Oversight & Accountability
The contract was awarded by the Department of the Navy, a component of the Department of Defense. Standard oversight mechanisms for defense contracts would apply, but specific details on accountability for this particular award are not provided.
Related Government Programs
- Engineering Services
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Cost Plus Fixed Fee contract type.
- Long contract duration.
- Lack of specific performance metrics in provided data.
- No explicit small business participation noted.
Tags
engineering-services, department-of-defense, md, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $47.9 million to LEIDOS INC. SONAR TACTICAL DECISION AID SUPPORT
Who is the contractor on this award?
The obligated recipient is LEIDOS INC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $47.9 million.
What is the period of performance?
Start: 2007-05-02. End: 2013-08-21.
What is the specific performance expected from the SONAR Tactical Decision Aid Support, and how is its effectiveness measured?
The specific performance metrics for the SONAR Tactical Decision Aid Support are not detailed in the provided data. Effectiveness is typically measured through operational readiness, improved target detection rates, and reduced response times in naval scenarios. Further analysis would require access to the contract's statement of work and performance evaluation reports.
What are the potential risks associated with a Cost Plus Fixed Fee contract for this type of specialized support?
A Cost Plus Fixed Fee (CPFF) contract carries the risk that the contractor's actual costs may exceed the estimated costs, leading to higher overall expenditure for the government than initially anticipated. While the fixed fee provides some incentive for efficiency, the government bears the brunt of cost overruns, necessitating robust oversight to manage expenses effectively.
How does this contract contribute to the overall technological advancement in naval defense capabilities?
This contract likely contributes by providing advanced analytical tools that enhance the Navy's ability to interpret complex sonar data, leading to better situational awareness and faster decision-making. Such systems can improve threat detection, classification, and tracking, thereby bolstering overall maritime security and potentially driving further innovation in related defense technologies.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: RESEARCH AND DEVELOPMENT › DEFENSE (OTHER) R&D
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: N0002406R3585
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 1710 SAIC DR, MC LEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $395,782,344
Exercised Options: $395,782,344
Current Obligation: $47,911,306
Contract Characteristics
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N0017804D4119
IDV Type: IDC
Timeline
Start Date: 2007-05-02
Current End Date: 2013-08-21
Potential End Date: 2013-08-21 00:00:00
Last Modified: 2016-02-16
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 Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)