Leidos Inc. awarded $49.2M contract for computer systems design services by GSA
Contract Overview
Contract Amount: $49,228,003 ($49.2M)
Contractor: Leidos, Inc.
Awarding Agency: General Services Administration
Start Date: 2013-12-01
End Date: 2014-09-29
Contract Duration: 302 days
Daily Burn Rate: $163.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: IGF::OT::IGF
Place of Performance
Location: LORTON, FAIRFAX County, VIRGINIA, 22079
State: Virginia Government Spending
Plain-Language Summary
General Services Administration obligated $49.2 million to LEIDOS, INC. for work described as: IGF::OT::IGF Key points: 1. Contract value represents a significant investment in IT infrastructure support. 2. Competition dynamics suggest a potentially competitive bidding process for this service. 3. Contract duration of 302 days indicates a focused, short-term project. 4. The 'Cost Plus Fixed Fee' pricing structure warrants scrutiny for cost control. 5. This contract falls within the broader IT services sector, a key area for federal spending. 6. Performance context is limited without specific deliverables or performance metrics.
Value Assessment
Rating: fair
The contract value of $49.2 million for computer systems design services is substantial. Benchmarking this against similar contracts requires detailed analysis of the specific services rendered, scope, and duration. The 'Cost Plus Fixed Fee' (CPFF) pricing structure, while common, can sometimes lead to cost overruns if not managed tightly. Without specific performance data or comparison to industry benchmarks for similar IT design services, a definitive value-for-money assessment is challenging. However, the fixed fee component aims to provide some cost certainty.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition,' indicating that all responsible sources were permitted to submit bids. This suggests a robust competitive environment. The number of bidders is not specified, but full and open competition generally leads to a wider pool of potential offerors, which can drive down prices and improve service quality. The agency's decision to use this procurement method implies confidence in achieving best value through market forces.
Taxpayer Impact: Taxpayers benefit from full and open competition as it typically fosters a more competitive pricing environment, potentially leading to lower overall costs for government services. It also ensures that the government has access to a broad range of innovative solutions from the market.
Public Impact
The primary beneficiaries are likely federal agencies requiring computer systems design and integration support. Services delivered include the design and development of computer systems, crucial for modernizing government IT infrastructure. The geographic impact is likely concentrated within the operational areas of the contracting agency, primarily GSA. Workforce implications may include employment opportunities for IT professionals, system designers, and project managers within Leidos and its potential subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee (CPFF) pricing can incentivize contractors to increase costs to maximize their fee if not carefully monitored.
- Lack of specific performance metrics makes it difficult to assess the efficiency and effectiveness of the services provided.
- The contract duration is relatively short (302 days), which might indicate a project with a defined scope or potential for follow-on work, introducing uncertainty.
Positive Signals
- Awarded under 'Full and Open Competition,' suggesting a competitive process that should yield fair pricing.
- Leidos is a large, established government contractor with a significant track record in IT services, implying experience and capability.
- The contract is for computer systems design services, a critical function for maintaining and upgrading federal IT infrastructure.
Sector Analysis
The IT services sector is a significant component of federal spending, encompassing a wide range of activities from software development to systems integration and cybersecurity. This contract for computer systems design services fits within the broader category of IT consulting and professional services. The federal government is a major consumer of these services, constantly seeking to modernize its aging IT infrastructure and improve operational efficiency. Spending in this sector is driven by the need for advanced technological solutions to support government missions.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'sb: false'. The prime contractor, Leidos, Inc., is a large business. While there are no direct set-aside benefits for small businesses on this prime contract, large federal contracts often involve subcontracting opportunities. However, without specific subcontracting plans or goals mentioned, the extent of small business participation remains unclear. The focus on a large prime contractor may limit direct opportunities for small businesses unless they are part of Leidos's supply chain.
Oversight & Accountability
Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Federal Acquisition Service. GSA is responsible for ensuring contract compliance, monitoring performance, and managing payments. The 'Cost Plus Fixed Fee' structure necessitates robust financial oversight to ensure costs are reasonable and allocable. Transparency is generally maintained through contract databases and reporting requirements, though specific performance details may be less publicly accessible. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- IT Professional Services
- Computer Systems Integration
- IT Consulting Services
- Software Development Services
- Cloud Computing Services
- IT Infrastructure Modernization
Risk Flags
- Cost Plus Fixed Fee (CPFF) pricing structure requires diligent oversight to prevent cost overruns.
- Limited public information on specific performance metrics makes assessing effectiveness challenging.
- Contract duration is relatively short, potentially indicating a project with defined deliverables or a need for follow-on work.
Tags
it-services, computer-systems-design, general-services-administration, gsa, leidos-inc, cost-plus-fixed-fee, full-and-open-competition, delivery-order, it-modernization, federal-acquisition-service, virginia, professional-services
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $49.2 million to LEIDOS, INC.. IGF::OT::IGF
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $49.2 million.
What is the period of performance?
Start: 2013-12-01. End: 2014-09-29.
What is Leidos, Inc.'s track record with the General Services Administration and similar IT service contracts?
Leidos, Inc. has a substantial track record as a prime contractor for the U.S. government, including numerous contracts with the General Services Administration (GSA) and other federal agencies. They specialize in a wide array of IT services, including systems design, integration, cybersecurity, and data analytics. Their history with GSA likely involves managing complex IT projects and delivering solutions across various domains. Analyzing their past performance on similar 'Cost Plus Fixed Fee' contracts would provide insight into their ability to manage costs and deliver within scope. Publicly available contract databases often show extensive award histories, indicating significant experience and a deep understanding of federal procurement processes. However, specific performance ratings or past issues would require deeper investigation into contract close-out reports or IG audits, if available.
How does the $49.2 million contract value compare to similar computer systems design services contracts awarded by GSA in the same period?
Comparing the $49.2 million contract value requires context regarding the specific scope, duration, and complexity of the computer systems design services. Contracts awarded by GSA for similar services in the 2013-2014 timeframe (based on the award date) would serve as the most relevant benchmark. If this contract was for a large-scale system overhaul or the design of a new enterprise-wide IT architecture, the value might be considered standard or even moderate. Conversely, if it was for a more localized or specialized system design, it could be on the higher end. Without knowing the exact deliverables, number of users impacted, or the specific technologies involved, a precise comparison is difficult. However, given the 'Full and Open Competition' and the nature of IT services, this value suggests a significant project requiring substantial resources and expertise.
What are the primary risks associated with a 'Cost Plus Fixed Fee' (CPFF) contract for computer systems design?
The primary risk with a 'Cost Plus Fixed Fee' (CPFF) contract, like this one, is the potential for cost overruns. While the 'fixed fee' provides the contractor with a predetermined profit margin, the 'cost plus' element means the government reimburses the contractor for allowable costs incurred. If the contractor's costs exceed initial estimates, the government pays the higher amount, up to the contract ceiling. This can incentivize less cost-conscious behavior from the contractor if oversight is weak. For computer systems design, risks include scope creep, unforeseen technical challenges, and integration issues, all of which can drive up costs. Effective risk mitigation requires rigorous government oversight of contractor expenditures, clear definition of allowable costs, and strong project management to control scope and schedule.
How effective is 'Full and Open Competition' in ensuring value for money for IT services contracts of this magnitude?
Full and Open Competition is generally considered the most effective method for ensuring value for money in IT services contracts, especially for those of significant magnitude like this $49.2 million award. By allowing all responsible sources to compete, it maximizes the potential for receiving the best technical solutions at the most competitive prices. This broad competition drives innovation and encourages contractors to offer their most efficient and cost-effective approaches. The process typically involves detailed evaluation criteria, allowing the government to select not just the lowest price, but the best overall value, considering technical merit, past performance, and price. While it requires more upfront effort in solicitation and evaluation, the long-term benefits in terms of cost savings and quality are substantial for taxpayers.
What are the historical spending patterns for computer systems design services by the General Services Administration?
Historical spending patterns for computer systems design services by the General Services Administration (GSA) typically show a consistent and significant investment in IT modernization and support. GSA, as a central procurement agency, often awards large contracts in this area to support its own operations and those of other federal agencies through its various IT schedules and acquisition programs. Spending in this category has generally trended upwards over the years, reflecting the increasing reliance on technology across the federal government. Factors influencing these patterns include evolving technological landscapes (e.g., cloud adoption, cybersecurity needs), agency-specific modernization initiatives, and budget allocations. The $49.2 million award in late 2013 falls within a period of ongoing federal IT modernization efforts, suggesting it aligns with broader spending trends aimed at improving government IT infrastructure and capabilities.
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: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: ID04130195
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
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: $155,899,075
Exercised Options: $147,512,443
Current Obligation: $49,228,003
Actual Outlays: $70,246
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q09BGD0039
IDV Type: GWAC
Timeline
Start Date: 2013-12-01
Current End Date: 2014-09-29
Potential End Date: 2014-09-29 00:00:00
Last Modified: 2023-07-27
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 General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)