DoD's $7.9M DISA Contract for Migration Execution Services Awarded to Leidos, Inc
Contract Overview
Contract Amount: $7,896,768 ($7.9M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Defense
Start Date: 2024-09-30
End Date: 2026-05-09
Contract Duration: 586 days
Daily Burn Rate: $13.5K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: DEFENSE CONTRACT AUDIT AGENCY MIGRATION EXECUTION SERVICES
Place of Performance
Location: FORT GEORGE G MEADE, ANNE ARUNDEL County, MARYLAND, 20755
State: Maryland Government Spending
Plain-Language Summary
Department of Defense obligated $7.9 million to LEIDOS, INC. for work described as: DEFENSE CONTRACT AUDIT AGENCY MIGRATION EXECUTION SERVICES Key points: 1. Leidos, Inc. secured a significant contract for critical migration execution services. 2. The contract falls under Computer Systems Design Services (NAICS 541512). 3. Full and open competition was utilized, suggesting a competitive bidding process. 4. The contract duration is 586 days, ending in May 2026. 5. The award value is $7,896,768.23.
Value Assessment
Rating: good
The contract value of $7.9M for 586 days appears reasonable for complex IT migration services. Benchmarking against similar large-scale IT system migration contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The use of full and open competition indicates that multiple vendors had the opportunity to bid, fostering price discovery and potentially leading to a more competitive price. The award was a delivery order under an existing contract.
Taxpayer Impact: Taxpayer funds are being used efficiently through a competitive process for essential defense IT services.
Public Impact
Ensures continuity of critical defense information systems. Supports the modernization and efficiency of DoD IT infrastructure. Contributes to national security by maintaining robust communication networks.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in complex migration projects.
- Dependence on a single contractor for critical execution.
Positive Signals
- Utilizes a competitive bidding process.
- Supports essential defense IT modernization.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on system design and migration. Spending in this area is crucial for maintaining and upgrading complex government IT infrastructures, with benchmarks varying widely based on project scope and complexity.
Small Business Impact
This contract was not awarded to small businesses, as indicated by the prime contractor being Leidos, Inc. There is no information provided on small business subcontracting participation.
Oversight & Accountability
The contract was awarded by the Defense Information Systems Agency (DISA), a key component of the DoD. Oversight will likely involve DISA program managers ensuring adherence to contract terms and performance standards.
Related Government Programs
- Computer Systems Design Services
- Department of Defense Contracting
- Defense Information Systems Agency Programs
Risk Flags
- Potential for schedule delays in complex IT migrations.
- Risk of data integrity issues during transfer.
- Dependence on contractor expertise for critical infrastructure changes.
- Limited visibility into subcontractor performance if applicable.
Tags
computer-systems-design-services, department-of-defense, md, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $7.9 million to LEIDOS, INC.. DEFENSE CONTRACT AUDIT AGENCY MIGRATION EXECUTION SERVICES
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Information Systems Agency).
What is the total obligated amount?
The obligated amount is $7.9 million.
What is the period of performance?
Start: 2024-09-30. End: 2026-05-09.
What specific migration activities are included in this contract, and how do they align with DISA's broader IT modernization goals?
The contract covers 'Migration Execution Services,' implying the physical or logical transfer of data, applications, and systems from one environment to another. This likely includes planning, execution, testing, and validation phases. These activities are crucial for DISA's ongoing efforts to modernize its IT infrastructure, consolidate data centers, and enhance cybersecurity posture by migrating legacy systems to more secure and efficient platforms.
What are the key performance indicators (KPIs) for this contract, and how will performance be measured to ensure successful migration and minimize disruption?
Key performance indicators would typically include metrics such as data integrity post-migration, system uptime during and after the transition, adherence to project timelines, and successful completion of user acceptance testing. DISA will likely monitor these KPIs through regular progress reports, site visits, and performance reviews to ensure the migration is executed effectively with minimal impact on ongoing defense operations.
Given the firm-fixed-price nature, what mechanisms are in place to manage potential cost overruns or unforeseen technical challenges during the migration?
While firm-fixed-price contracts aim to control costs, mechanisms for managing unforeseen challenges often include change order processes for scope adjustments, contingency planning within the contractor's proposal, and clear definitions of 'force majeure' events. DISA's contract management team would be responsible for evaluating any proposed changes and ensuring they are justified and within the contract's framework before approving additional costs.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HC104720R0014
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 1750 PRESIDENTS ST, RESTON, VA, 20190
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,978,595
Exercised Options: $9,071,450
Current Obligation: $7,896,768
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HC104722D0002
IDV Type: IDC
Timeline
Start Date: 2024-09-30
Current End Date: 2026-05-09
Potential End Date: 2026-05-09 00:00:00
Last Modified: 2026-02-03
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 Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)