GSA Awards $12.6M Contract to Leidos for PHIN Software SDLC Support
Contract Overview
Contract Amount: $12,660,261 ($12.7M)
Contractor: Leidos, Inc.
Awarding Agency: General Services Administration
Start Date: 2008-07-15
End Date: 2012-05-30
Contract Duration: 1,415 days
Daily Burn Rate: $8.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: THIS REQUIREMENT WILL SUPPORT A FULL SOFTWARE DEVELOPMENT LIFECYCLE (SDLC) FOR PUBLIC HEALTH INFORMATION NETWORK (PHIN) SOFTWARE SYSTEMS AND COMPONENTS.
Place of Performance
Location: ATLANTA, DEKALB County, GEORGIA, 30333, UNITED STATES OF AMERICA
State: Georgia Government Spending
Plain-Language Summary
General Services Administration obligated $12.7 million to LEIDOS, INC. for work described as: THIS REQUIREMENT WILL SUPPORT A FULL SOFTWARE DEVELOPMENT LIFECYCLE (SDLC) FOR PUBLIC HEALTH INFORMATION NETWORK (PHIN) SOFTWARE SYSTEMS AND COMPONENTS. Key points: 1. Contract awarded to Leidos, Inc. for Public Health Information Network (PHIN) software development. 2. The contract spans over 4 years, from July 2008 to May 2012. 3. Awarded under full and open competition, indicating a competitive bidding process. 4. The contract type is Time and Materials, which can pose cost control challenges.
Value Assessment
Rating: fair
The contract's Time and Materials pricing structure may lead to cost overruns if not closely managed. Benchmarking against similar SDLC contracts is difficult without more detailed cost breakdowns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, suggesting a robust price discovery process. However, the Time and Materials (T&M) pricing type can limit the government's ability to control final costs compared to fixed-price contracts.
Taxpayer Impact: Taxpayer funds are utilized for software development. The T&M structure necessitates vigilant oversight to ensure cost-effectiveness and prevent unnecessary expenditures.
Public Impact
Supports critical public health information systems, potentially impacting disease surveillance and response. The duration of the contract (over 4 years) suggests a long-term need for these software services. Investment in software development aims to improve the functionality and reliability of PHIN systems.
Waste & Efficiency Indicators
Waste Risk Score: 89 / 10
Warning Flags
- Time and Materials pricing can lead to cost uncertainty.
- Long contract duration requires sustained oversight.
- Potential for scope creep in SDLC projects.
Positive Signals
- Full and open competition ensures market access.
- Supports essential public health infrastructure.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on software development for public health systems. Spending benchmarks for similar SDLC contracts vary widely based on complexity and duration.
Small Business Impact
The data does not indicate any specific provisions or set-asides for small businesses in this contract. It appears to be a large contract awarded to a major prime contractor.
Oversight & Accountability
The General Services Administration (GSA) awarded this contract through its Federal Acquisition Service. Oversight would involve monitoring contract performance, expenditures, and adherence to the T&M pricing structure.
Related Government Programs
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Potential for cost overruns due to Time and Materials pricing.
- Risk of scope creep in a long-term SDLC project.
- Dependence on a single contractor (Leidos, Inc.) for critical public health software.
- Lack of specific small business participation noted.
Tags
general-services-administration, ga, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $12.7 million to LEIDOS, INC.. THIS REQUIREMENT WILL SUPPORT A FULL SOFTWARE DEVELOPMENT LIFECYCLE (SDLC) FOR PUBLIC HEALTH INFORMATION NETWORK (PHIN) SOFTWARE SYSTEMS AND COMPONENTS.
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 $12.7 million.
What is the period of performance?
Start: 2008-07-15. End: 2012-05-30.
What was the rationale for choosing a Time and Materials contract type for a full SDLC, and what controls were in place to manage costs?
The rationale for a Time and Materials (T&M) contract for a full Software Development Life Cycle (SDLC) often stems from the inherent uncertainties in defining all project requirements upfront. T&M allows flexibility as requirements evolve. However, to manage costs, agencies typically implement strict labor hour tracking, ceiling limitations, and require detailed justification for all hours billed. Regular reviews and milestone-based funding releases can also serve as cost controls.
How did the full and open competition ensure the best value was achieved, considering the T&M pricing structure?
Full and open competition ensures that multiple qualified vendors can bid, fostering a competitive environment that theoretically drives down prices and improves quality. Even with a T&M structure, competition allows the government to select the offeror with the most advantageous combination of technical approach, past performance, and proposed labor rates. The agency's evaluation criteria would focus on assessing the value proposition beyond just the lowest initial bid, considering the projected total cost and the likelihood of successful project completion.
What is the expected long-term impact on public health information systems and taxpayer investment given the contract's scope and duration?
The long-term impact depends on the successful delivery of robust and functional PHIN software. If the SDLC results in improved data collection, analysis, and sharing capabilities, it could significantly enhance public health surveillance and response efforts. Taxpayer investment is justified if the systems become reliable, cost-effective tools that contribute to better health outcomes. However, the T&M structure necessitates ongoing vigilance to ensure the investment remains within reasonable bounds and delivers tangible value.
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 4TCB75057001
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 10260 CAMPUS POINT DR, SAN DIEGO, CA, 92121
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $12,660,261
Exercised Options: $12,660,261
Current Obligation: $12,660,261
Parent Contract
Parent Award PIID: GS09K99BHD0010
IDV Type: GWAC
Timeline
Start Date: 2008-07-15
Current End Date: 2012-05-30
Potential End Date: 2012-05-30 00:00:00
Last Modified: 2015-08-06
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)