Leidos awarded $57M for C-IED analytical expertise to JIEDDO COIC
Contract Overview
Contract Amount: $56,968,837 ($57.0M)
Contractor: Leidos, Inc.
Awarding Agency: General Services Administration
Start Date: 2012-06-21
End Date: 2017-06-20
Contract Duration: 1,825 days
Daily Burn Rate: $31.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: IGF::OT::IGF, THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE THE JIEDDO COIC WITH THE CONUS-BASED OPERATIONS, INTELLIGENCE, AND ANALYTICAL EXPERTISE NEEDED TO EFFECTIVELY SUPPORT THE COLLECTION, ANALYSIS, AND DISSEMINATION OF C-IED INFORMATION, TOOLS, AND TECHNIQUES TO DEFEAT HUMAN ENEMY NETWORKS THAT EMPLOY IEDS.
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20190
State: Virginia Government Spending
Plain-Language Summary
General Services Administration obligated $57.0 million to LEIDOS, INC. for work described as: IGF::OT::IGF, THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE THE JIEDDO COIC WITH THE CONUS-BASED OPERATIONS, INTELLIGENCE, AND ANALYTICAL EXPERTISE NEEDED TO EFFECTIVELY SUPPORT THE COLLECTION, ANALYSIS, AND DISSEMINATION OF C-IED INFORMATION, TOOLS, AND TECHNIQUES TO DEFEAT HUMAN… Key points: 1. Contract supports critical Counter-Improvised Explosive Device (C-IED) intelligence and analysis. 2. Leidos, Inc. is the sole awardee. 3. Significant contract value suggests substantial operational support. 4. Service category is Business Support Services, indicating a focus on expertise and analysis rather than physical goods.
Value Assessment
Rating: fair
The contract type is Cost Plus Award Fee (CPAF), which allows for contractor reimbursement of costs plus a fee that is based on performance. This can lead to higher costs if performance targets are not well-defined or if award criteria are subjective.
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. However, the specific award type is a Delivery Order, which might be part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract, and the details of the original IDIQ competition are not provided here.
Taxpayer Impact: Taxpayer funds are being used to procure specialized analytical and intelligence support for a critical national security mission.
Public Impact
Enhances national security by supporting efforts to defeat IED threats. Provides crucial intelligence and analytical capabilities to combat enemy networks. Supports military and civilian personnel involved in counter-IED operations. Potential for improved effectiveness in identifying and disrupting IED emplacement.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns with CPAF contract type.
- Lack of specific performance metrics in provided data.
- Long contract duration (5 years) may not adapt to evolving threats.
Positive Signals
- Addresses a critical national security need (C-IED).
- Awarded under full and open competition.
- Supports a vital government agency (JIEDDO COIC).
Sector Analysis
This contract falls under Business Support Services, specifically focusing on intelligence and analytical expertise. Spending in this sector often supports government operations, research, and program management, with benchmarks varying widely based on the specific services required.
Small Business Impact
The data indicates this contract was not awarded to small businesses (ss: false, sb: false). This suggests the prime contractor is a large business, and any small business participation would be at the subcontracting level, which is not detailed here.
Oversight & Accountability
Oversight would typically be managed by the JIEDDO COIC and the contracting officer at GSA. The CPAF structure necessitates performance monitoring to ensure the award fee is justified and taxpayer funds are used efficiently.
Related Government Programs
- All Other Business Support Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Cost Plus Award Fee (CPAF) contract type can lead to higher costs if not managed properly.
- Lack of detailed performance metrics in the provided data hinders assessment of effectiveness.
- Long contract duration may not be agile enough for rapidly evolving threat landscapes.
- No indication of small business participation at the prime contract level.
Tags
all-other-business-support-services, general-services-administration, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $57.0 million to LEIDOS, INC.. IGF::OT::IGF, THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE THE JIEDDO COIC WITH THE CONUS-BASED OPERATIONS, INTELLIGENCE, AND ANALYTICAL EXPERTISE NEEDED TO EFFECTIVELY SUPPORT THE COLLECTION, ANALYSIS, AND DISSEMINATION OF C-IED INFORMATION, TOOLS, AND TECHNIQUES TO DEFEAT HUMAN ENEMY NETWORKS THAT EMPLOY IEDS.
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 $57.0 million.
What is the period of performance?
Start: 2012-06-21. End: 2017-06-20.
What specific performance metrics are used to determine the award fee for Leidos under this CPAF contract, and how are they aligned with JIEDDO's mission objectives?
The provided data does not specify the performance metrics used for the Cost Plus Award Fee (CPAF). Typically, these metrics would be detailed in the contract's Performance Work Statement (PWS) and would relate directly to the quality, timeliness, and effectiveness of the intelligence analysis and support provided. Effective oversight requires clear, measurable objectives tied to JIEDDO's mission to defeat IEDs and human enemy networks.
Given the 'full and open competition' designation, what was the competitive landscape for this specific task order, and were there any unique factors that led to Leidos being the sole awardee?
While designated 'full and open competition,' the specifics of the bidding process for this particular task order are not detailed. It's possible that multiple bids were received, but Leidos's proposal was deemed the most advantageous based on technical merit, past performance, and price. Alternatively, if this is a delivery order under a pre-existing IDIQ, the competition might have occurred during the initial IDIQ award phase.
How does the $57 million contract value compare to historical spending on similar C-IED intelligence and analytical support services, and does it represent efficient use of taxpayer funds?
Without specific benchmarks for C-IED intelligence and analytical support, it's difficult to definitively state if $57 million over five years is efficient. However, the significant value suggests a substantial and ongoing requirement. A thorough analysis would compare this contract's cost per unit of service or outcome against similar contracts awarded by other agencies or in different timeframes to assess value for money.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Business Support Services › All Other Business Support 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
Offers Received: 5
Pricing Type: COST PLUS AWARD FEE (R)
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: $76,181,776
Exercised Options: $60,078,450
Current Obligation: $56,968,837
Actual Outlays: $-131,042
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: GST0012AJ0039
IDV Type: IDC
Timeline
Start Date: 2012-06-21
Current End Date: 2017-06-20
Potential End Date: 2017-06-20 00:00:00
Last Modified: 2018-01-03
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)