Leidos Inc. awarded $16.7M for CAOC Support at Nellis AFB, a 4-year contract for management consulting services
Contract Overview
Contract Amount: $16,749,406 ($16.7M)
Contractor: Leidos, Inc.
Awarding Agency: General Services Administration
Start Date: 2006-02-25
End Date: 2010-01-31
Contract Duration: 1,436 days
Daily Burn Rate: $11.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: CAOC SUPPORT, NELLIS AFB, NV - MOBIS
Place of Performance
Location: NELLIS AFB, CLARK County, NEVADA, 89191
State: Nevada Government Spending
Plain-Language Summary
General Services Administration obligated $16.7 million to LEIDOS, INC. for work described as: CAOC SUPPORT, NELLIS AFB, NV - MOBIS Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration of approximately 4 years provides a stable period for service delivery. 3. Services fall under Administrative Management and General Management Consulting, a common federal need. 4. The award was made by the General Services Administration, a key procurement agency. 5. The contract type is Time and Materials, which can pose cost control challenges if not managed closely. 6. The contractor, Leidos, Inc., is a significant player in the federal contracting space.
Value Assessment
Rating: fair
Benchmarking the value of this specific contract is challenging without detailed service breakdowns and market rates for similar consulting services. The Time and Materials pricing structure necessitates careful oversight to ensure costs remain reasonable relative to the work performed. Compared to other large-scale consulting contracts, the $16.7 million over four years appears moderate, but its true value depends on the effectiveness and efficiency of the support provided to the CAOC.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded through full and open competition, indicating that multiple qualified bidders had the opportunity to submit proposals. The presence of 4 bids suggests a reasonable level of competition for this requirement. A competitive process generally helps in achieving fair market prices and encourages contractors to offer their best value propositions.
Taxpayer Impact: Taxpayers benefit from a competitive award process as it is designed to drive down costs and ensure the government receives the most advantageous terms and pricing available in the market.
Public Impact
The primary beneficiaries are the personnel and operations of the Combined Air Operations Center (CAOC) at Nellis Air Force Base. Services delivered likely include strategic planning, operational support, and administrative management to enhance CAOC effectiveness. The geographic impact is concentrated at Nellis Air Force Base in Nevada. Workforce implications may involve the utilization of skilled consultants to augment military and civilian staff, potentially leading to improved operational efficiency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type can lead to cost overruns if not closely monitored.
- The specific deliverables and performance metrics are not detailed, making it difficult to assess the full scope of work.
- Reliance on external consultants for core operational support might raise questions about long-term organic capability development.
Positive Signals
- Awarded through full and open competition, indicating a robust selection process.
- The contract duration of nearly four years suggests a stable and predictable requirement.
- The contractor, Leidos, Inc., is an established entity with experience in government contracting.
Sector Analysis
The federal consulting services market is substantial, encompassing a wide range of management, administrative, and specialized advisory functions. Contracts like this support critical government operations by providing expertise that may not be available internally. Spending in this sector is driven by the need for efficiency, modernization, and specialized knowledge across various agencies. This contract fits within the broader category of professional services supporting defense operations.
Small Business Impact
This contract was not set aside for small businesses and was awarded to Leidos, Inc., a large business. There is no explicit information provided regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless Leidos voluntarily engages small business subcontractors.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the contracting officer's representative (COR) within the General Services Administration and potentially the supported Air Force unit. Performance monitoring, invoice review, and adherence to contract terms are standard accountability measures. Transparency is generally maintained through contract award databases, though detailed performance reports are often internal.
Related Government Programs
- Nellis AFB Operations Support
- Air Combat Command Support Services
- Defense Management Consulting Services
- General Services Administration Professional Services
Risk Flags
- Time and Materials Contract Type
- Potential for Cost Overruns
- Scope Creep Risk
Tags
consulting-services, administrative-management, general-management, nellis-afb, caoc-support, general-services-administration, leidos-inc, full-and-open-competition, time-and-materials, defense, nevada, contract-award
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $16.7 million to LEIDOS, INC.. CAOC SUPPORT, NELLIS AFB, NV - MOBIS
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 $16.7 million.
What is the period of performance?
Start: 2006-02-25. End: 2010-01-31.
What is Leidos, Inc.'s track record with similar Time and Materials contracts for defense support services?
Leidos, Inc. has a significant history of performing various government contracts, including those utilizing Time and Materials (T&M) pricing. Their experience spans across defense, intelligence, and civilian agencies. For T&M contracts, agencies typically monitor labor hours, rates, and direct costs closely to ensure they align with the scope of work and prevent cost overruns. Leidos's ability to manage such contracts effectively would be reflected in past performance evaluations and any documented issues or successes on similar awards. Reviewing their contract history for any significant overruns, disputes, or exceptional performance on T&M awards would provide insight into their reliability for this specific CAOC support contract.
How does the awarded amount of $16.7 million compare to the estimated value or market rates for similar CAOC support consulting services?
Directly comparing the $16.7 million award to market rates for similar CAOC support consulting services is challenging without specific details on the scope of work, required expertise, and duration. However, considering the contract spans approximately four years (1436 days), the average annual value is roughly $4.175 million. This figure needs to be evaluated against the complexity and criticality of the support provided. Benchmarking against other large-scale management and consulting contracts awarded by the Department of Defense or GSA for operational support can offer a relative perspective. Factors such as the number of personnel required, their skill levels, and the specific advisory functions performed would influence whether this amount represents a competitive and fair market price.
What are the primary risks associated with a Time and Materials contract for administrative management and general management consulting services?
The primary risk with Time and Materials (T&M) contracts, especially for consulting services, is the potential for cost escalation. Unlike fixed-price contracts, T&M agreements reimburse the contractor for direct labor hours at specified rates and for the cost of materials. If the scope of work is not clearly defined or if project management is weak on either the government or contractor side, labor hours can increase beyond initial estimates, driving up the total cost. For administrative and management consulting, this could manifest as extended periods of analysis, additional research, or unforeseen complexities in operational integration. Effective oversight, clear task orders, and robust progress monitoring by the government are crucial to mitigate these risks and ensure the contract remains within budget and delivers the intended value.
What is the historical spending pattern for CAOC support services at Nellis AFB or similar facilities?
Historical spending patterns for CAOC support services at Nellis AFB or similar facilities can provide valuable context for the $16.7 million award. Analyzing previous contracts for similar functions, whether with the same or different contractors, can reveal trends in contract duration, value, and type. For instance, if previous support contracts were significantly smaller or larger, or if they were awarded under different competition levels or contract types, it might indicate changes in requirements, market conditions, or procurement strategies. Understanding this history helps assess whether the current award is an anomaly or part of a consistent spending trend, and whether the government is achieving better value over time. Data on prior contract values, durations, and any associated performance issues would be key to this analysis.
How does the General Services Administration (GSA) ensure value for money in its procurement of management consulting services?
The General Services Administration (GSA) employs several mechanisms to ensure value for money in procuring management consulting services. Firstly, they often utilize pre-competed contract vehicles, such as Multiple Award Schedules (MAS), which establish pre-negotiated labor rates and terms, streamlining the procurement process and providing a baseline for fair pricing. For larger or more complex requirements, GSA conducts thorough market research and utilizes competitive procedures like full and open competition to solicit proposals from a wide range of qualified vendors. Evaluation criteria typically include not only price but also technical approach, past performance, and management approach, allowing for a best-value determination. Furthermore, GSA emphasizes performance-based contracting, where payment is tied to measurable outcomes and service delivery standards, incentivizing contractors to provide effective and efficient services.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: R3060533
Offers Received: 4
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 1710 SAIC DRIVE, ROOM #8031, MCLEAN, VA, 90
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $16,798,679
Exercised Options: $16,750,406
Current Obligation: $16,749,406
Parent Contract
Parent Award PIID: GS23F8006H
IDV Type: FSS
Timeline
Start Date: 2006-02-25
Current End Date: 2010-01-31
Potential End Date: 2010-01-31 00:00:00
Last Modified: 2013-04-01
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)