Leidos Inc. contract for defense security services valued at over $24.4M, awarded by GSA
Contract Overview
Contract Amount: $24,457,374 ($24.5M)
Contractor: Leidos, Inc.
Awarding Agency: General Services Administration
Start Date: 2008-04-01
End Date: 2011-03-31
Contract Duration: 1,094 days
Daily Burn Rate: $22.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: OTHER (APPLIES TO AWARDS WHERE NONE OF THE ABOVE APPLY)
Sector: Defense
Official Description: DEFENSE SECURITY SERVICE (DSS) ISFD/DCII/IIRR SUSTAINMENT AND OPERATIONAL SUPPORT
Place of Performance
Location: ALEXANDRIA, ALEXANDRIA CITY County, VIRGINIA, 22314
State: Virginia Government Spending
Plain-Language Summary
General Services Administration obligated $24.5 million to LEIDOS, INC. for work described as: DEFENSE SECURITY SERVICE (DSS) ISFD/DCII/IIRR SUSTAINMENT AND OPERATIONAL SUPPORT Key points: 1. Contract awarded to a single vendor, Leidos, Inc., indicating a specific need or established relationship. 2. The contract duration of approximately three years suggests a medium-term requirement for sustainment and operational support. 3. Awarded under full and open competition, implying a broad solicitation process. 4. The contract type is a delivery order, often used for specific taskings within a larger framework. 5. The service area is Virginia, indicating a specific geographic focus for the support. 6. The contract's purpose relates to sustainment and operational support for defense security services.
Value Assessment
Rating: fair
The total value of $24.4 million over approximately three years suggests a moderate annual spend. Without specific performance metrics or comparison to similar contracts for defense security sustainment, it is difficult to definitively assess value for money. The pricing would need to be benchmarked against industry standards for similar support services to determine if it represents a competitive rate. The absence of detailed performance data makes a robust value assessment challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which typically involves a broad solicitation to all eligible offerors. This method aims to maximize competition and potentially achieve better pricing. However, the fact that only one delivery order was issued under this contract suggests that either the scope was very specific or that Leidos, Inc. was the sole entity capable of fulfilling the requirement at the time of award. Further details on the number of bids received would be needed for a complete assessment.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it encourages a wider range of potential suppliers to bid, which can lead to more competitive pricing and better value.
Public Impact
The primary beneficiaries are likely defense agencies requiring sustainment and operational support for their security information systems. The services delivered include crucial support for the Defense Security Service (DSS) ISFD/DCII/IIRR systems. The geographic impact is focused on Virginia, where the operational support is being provided. The contract supports the operational readiness and security posture of defense-related information systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics makes it hard to gauge contractor effectiveness.
- Limited information on the specific nature of 'sustainment and operational support' hinders a full understanding of the services rendered.
- The contract's age (awarded in 2008) means current market conditions and technology may differ significantly.
Positive Signals
- Awarded under full and open competition, suggesting an effort to ensure a competitive process.
- The contract duration indicates a sustained need for these services, implying importance to the agency.
- The vendor, Leidos, Inc., is a large and established government contractor, suggesting experience in this domain.
Sector Analysis
This contract falls within the broader IT services and defense support sector. The market for defense security and information system sustainment is specialized, often dominated by large prime contractors with specific security clearances and expertise. Spending in this area is driven by the need to maintain critical national security infrastructure and operational capabilities. Comparable spending benchmarks would involve analyzing other contracts for similar IT sustainment and operational support services provided to defense agencies.
Small Business Impact
The contract indicates that small business participation was not a primary focus, as the 'small business set-aside' flag is false. There is no explicit information regarding subcontracting plans for small businesses. This suggests that the prime contractor, Leidos, Inc., is expected to perform the majority of the work, and the impact on the small business ecosystem for this specific contract is likely minimal unless subcontracting opportunities arise organically.
Oversight & Accountability
Oversight for this contract would typically be managed by the General Services Administration (GSA) and the contracting agency (likely within the Department of Defense). Accountability measures would be tied to the terms and conditions of the delivery order, including performance standards and reporting requirements. Transparency is facilitated through contract databases like FPDS, which provide basic award information. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Defense Security Service (DSS) IT Support
- GSA IT Services Contracts
- Defense Information Systems Agency (DISA) Support Contracts
- Federal Civilian IT Sustainment Contracts
Risk Flags
- Contract awarded in 2008, potentially outdated for current market comparisons.
- Limited public information on specific performance metrics.
- Classification as 'OTHER' for service type may indicate a non-standard requirement.
Tags
defense, it-services, sustainment, operational-support, leidos-inc, general-services-administration, virginia, full-and-open-competition, delivery-order, large-contractor, intelligence-support
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $24.5 million to LEIDOS, INC.. DEFENSE SECURITY SERVICE (DSS) ISFD/DCII/IIRR SUSTAINMENT AND OPERATIONAL SUPPORT
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 $24.5 million.
What is the period of performance?
Start: 2008-04-01. End: 2011-03-31.
What specific services were included under the 'ISFD/DCII/IIRR Sustainment and Operational Support'?
The provided data does not detail the specific services encompassed by 'ISFD/DCII/IIRR Sustainment and Operational Support.' Typically, such a contract would involve maintaining, updating, and ensuring the operational readiness of information systems related to intelligence, security, and data collection. This could include software maintenance, hardware support, system administration, cybersecurity monitoring, help desk services, and potentially system upgrades or enhancements. The exact scope would be defined in the contract's Statement of Work (SOW), which is not available in the provided data. Understanding the precise services is crucial for assessing performance and value.
How did Leidos, Inc. perform under this contract, and were there any performance issues?
The provided data does not include performance metrics or a performance evaluation for Leidos, Inc. under this contract. Without access to contract performance reports, customer feedback, or any documented issues, it is impossible to assess their performance. Government contracts typically have defined performance standards and award-fee or incentive-fee structures tied to performance. A thorough review would require examining contract administration records and performance data, which are not present here. Therefore, we cannot determine if the contractor met expectations or encountered significant challenges.
What was the total spending on this contract over its lifespan, and how does it compare to similar contracts?
The total awarded value for this contract is $24,457,373.68. To compare this to similar contracts, one would need to identify other contracts for 'sustainment and operational support' of defense security information systems, ideally awarded around the same period (2008-2011) and to similar types of agencies. Factors like contract duration, scope of services, and the specific systems supported would be critical for a meaningful comparison. Without a benchmark of comparable contracts, it's difficult to ascertain if this $24.4 million expenditure represented a fair market price or an outlier.
What is the significance of the 'PT: OTHER' classification for this contract?
The 'PT: OTHER' classification indicates that this contract did not fit neatly into the predefined Product Service Code (PSC) categories available in the Federal Procurement Data System (FPDS) at the time of reporting. It suggests that the primary purpose or nature of the services provided was unique or did not align with standard classifications like IT, professional services, or maintenance. For this specific contract, 'Defense Security Service (DSS) ISFD/DCII/IIRR Sustainment and Operational Support,' it might reflect a specialized blend of services that didn't fit standard codes, or it could be an administrative classification for awards where none of the other primary categories applied.
What was the original need or requirement that led to this specific contract award?
The original requirement stemmed from the need for ongoing sustainment and operational support for the Defense Security Service (DSS) Information Systems Finance Division (ISFD), Defense Central Index of Investigations (DCII), and Intelligence Information Reporting (IIRR) systems. These systems are critical for managing security information, investigation data, and intelligence reporting within the defense sector. The contract aimed to ensure the continuous availability, functionality, and security of these vital IT infrastructure components, likely due to the expiration of previous support arrangements or the need for specialized expertise that Leidos, Inc. could provide.
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: R3083614
Offers Received: 1
Pricing Type: OTHER (APPLIES TO AWARDS WHERE NONE OF THE ABOVE APPLY) (3)
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 10260 CAMPUS POINT DR, SAN DIEGO, CA, 92121
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $28,087,426
Exercised Options: $24,457,374
Current Obligation: $24,457,374
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS09K99BHD0010
IDV Type: GWAC
Timeline
Start Date: 2008-04-01
Current End Date: 2011-03-31
Potential End Date: 2011-03-31 00:00:00
Last Modified: 2024-02-09
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)