GSA Awards $22M for WINT Platform Upgrades to Leidos, Inc
Contract Overview
Contract Amount: $22,083,577 ($22.1M)
Contractor: Leidos, Inc.
Awarding Agency: General Services Administration
Start Date: 2014-02-24
End Date: 2018-02-23
Contract Duration: 1,460 days
Daily Burn Rate: $15.1K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: IGF::OT::IGF RPTIS WO13 UPGRADE KITS AND RESET SUPPORT FOR WINT PLATFORMS
Place of Performance
Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102
State: Virginia Government Spending
Plain-Language Summary
General Services Administration obligated $22.1 million to LEIDOS, INC. for work described as: IGF::OT::IGF RPTIS WO13 UPGRADE KITS AND RESET SUPPORT FOR WINT PLATFORMS Key points: 1. Leidos, Inc. secured a significant contract for essential platform upgrades. 2. The contract value of $22.1 million indicates a substantial investment in IT infrastructure. 3. Engineering services (NAICS 541330) are critical for maintaining and enhancing federal IT systems. 4. The award falls under the General Services Administration's Federal Acquisition Service, a common channel for IT procurements.
Value Assessment
Rating: fair
The contract was awarded as a delivery order under an existing contract. Without access to the base contract's pricing and the specific details of this delivery order, a precise pricing assessment against similar contracts is difficult. However, the duration and scope suggest a moderate level of investment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process. This method generally promotes price discovery and aims for the best value for the government. The specific award mechanism (delivery order) implies it was part of a larger, pre-competed vehicle.
Taxpayer Impact: The use of full and open competition is intended to ensure taxpayer funds are used efficiently by fostering a competitive environment that drives down costs.
Public Impact
Ensures continued operational capability for critical WINT platforms. Supports federal IT infrastructure modernization efforts. Impacts users and agencies relying on the WINT platform for daily operations. Contributes to the broader cybersecurity posture by ensuring updated systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific per-unit cost data for detailed value analysis.
- Potential for cost overruns in time and materials contracts if not closely managed.
Positive Signals
- Awarded through full and open competition.
- Supports critical federal IT infrastructure.
- Long-term support and upgrade plan.
Sector Analysis
This contract falls within the Engineering Services sector, specifically supporting IT platforms. Spending in this area is crucial for maintaining and upgrading federal IT systems, with benchmarks varying widely based on the complexity and criticality of the systems involved.
Small Business Impact
The data does not indicate whether small businesses were involved as prime contractors or subcontractors. Further analysis would be needed to determine the extent of small business participation in this specific award.
Oversight & Accountability
The award was made by the General Services Administration (GSA), a key agency for federal procurement oversight. The use of delivery orders under existing contracts is a standard practice, but requires diligent monitoring to ensure adherence to original contract terms and fair pricing.
Related Government Programs
- Engineering Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Time and Materials contract type.
- Limited detail on specific upgrade components.
- Potential for cost overruns without strict oversight.
- Base contract details not provided.
Tags
engineering-services, general-services-administration, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $22.1 million to LEIDOS, INC.. IGF::OT::IGF RPTIS WO13 UPGRADE KITS AND RESET SUPPORT FOR WINT PLATFORMS
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 $22.1 million.
What is the period of performance?
Start: 2014-02-24. End: 2018-02-23.
What specific functionalities or improvements are included in the WO13 upgrade kits and reset support?
The provided data does not detail the specific functionalities or improvements encompassed by the WO13 upgrade kits and reset support. A thorough review of the contract's Statement of Work (SOW) or Performance Work Statement (PWS) would be necessary to understand the technical scope, including any enhancements to security, performance, or user interface of the WINT platforms.
What are the potential risks associated with a Time and Materials contract for IT platform upgrades?
Time and Materials (T&M) contracts, like the one indicated, carry inherent risks of cost escalation if not rigorously managed. The government may face higher costs than anticipated if labor hours or material usage are not closely monitored and controlled. This necessitates strong oversight to ensure efficiency and prevent scope creep, as the contractor is reimbursed for actual costs plus a fixed fee or profit.
How does this contract contribute to the overall effectiveness and modernization of federal IT infrastructure?
This contract contributes to federal IT effectiveness by ensuring the continued operability and potential enhancement of the WINT platforms. Upgrades and reset support are vital for maintaining system performance, security, and compatibility with evolving technological standards. This proactive maintenance and modernization effort helps prevent system obsolescence and supports the government's broader goals of a secure and efficient digital infrastructure.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: ID07140002
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 1710 SAIC DR, MCLEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $40,522,430
Exercised Options: $40,520,584
Current Obligation: $22,083,577
Subaward Activity
Number of Subawards: 36
Total Subaward Amount: $4,234,313
Contract Characteristics
Commercial Item: SUPPLIES OR SERVICES PURSUANT TO FAR 12.102(F)
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS07T12BGD0013
IDV Type: IDC
Timeline
Start Date: 2014-02-24
Current End Date: 2018-02-23
Potential End Date: 2018-02-23 00:00:00
Last Modified: 2020-05-29
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)