DoD Awards $5.7M IT Enterprise Contract to Leidos for Special Access Program Support
Contract Overview
Contract Amount: $5,726,419 ($5.7M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Defense
Start Date: 2025-12-22
End Date: 2026-12-21
Contract Duration: 364 days
Daily Burn Rate: $15.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: THE PURPOSE OF THIS REQUIREMENT IS TO DEVELOP, ENHANCE, AND SUSTAIN A SPECIAL ACCESS PROGRAM (SAP) INFORMATION TECHNOLOGY (IT) ENTERPRISE VIA A HYBRID CLOUD AND ON-PREMISES SOLUTION.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20301
Plain-Language Summary
Department of Defense obligated $5.7 million to LEIDOS, INC. for work described as: THE PURPOSE OF THIS REQUIREMENT IS TO DEVELOP, ENHANCE, AND SUSTAIN A SPECIAL ACCESS PROGRAM (SAP) INFORMATION TECHNOLOGY (IT) ENTERPRISE VIA A HYBRID CLOUD AND ON-PREMISES SOLUTION. Key points: 1. Leidos, Inc. secured a $5.7M contract for IT enterprise development and sustainment. 2. The contract supports a Special Access Program (SAP) using a hybrid cloud/on-premises solution. 3. Competition was full and open, suggesting a competitive pricing environment. 4. The sector is IT services, specifically Computer Systems Design. 5. The award is a Delivery Order under a larger contract.
Value Assessment
Rating: good
The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. However, the award amount of $5.7M for a 1-year duration seems reasonable for complex IT enterprise support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a robust process for soliciting bids and ensuring a competitive price. This method generally leads to better value for the government.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for critical IT infrastructure.
Public Impact
Supports a sensitive Special Access Program, highlighting the need for secure and reliable IT infrastructure. The hybrid cloud and on-premises solution indicates a modern approach to IT service delivery. The contract duration of one year with potential for future orders suggests ongoing support needs. The award to Leidos, a major defense contractor, indicates a significant investment in this area.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contract type can incentivize contractor to increase costs.
- Small business participation is not indicated, potentially missing opportunities for smaller innovative firms.
Positive Signals
- Full and open competition ensures a competitive pricing environment.
- The contract supports a critical Special Access Program, indicating high priority.
- The use of a hybrid cloud solution suggests a forward-looking IT strategy.
Sector Analysis
This contract falls within the IT services sector, specifically Computer Systems Design Services. Spending in this area is substantial across the federal government, supporting critical infrastructure and operational needs.
Small Business Impact
The data indicates that small business participation was not a stated factor in this award (ss=false, sb=false). While Leidos is a large business, opportunities for small businesses in subcontracting roles are not detailed here.
Oversight & Accountability
As a Delivery Order under a larger contract, oversight may be integrated into the parent contract's framework. The specific agency, DISA, is responsible for managing and overseeing IT contracts for the DoD.
Related Government Programs
- Computer Systems Design Services
- Department of Defense Contracting
- Defense Information Systems Agency Programs
Risk Flags
- Cost Plus Fixed Fee contract type.
- Lack of explicit small business participation.
- Sensitive nature of Special Access Program requires high vigilance.
- Reliance on a single delivery order without full contract context.
Tags
computer-systems-design-services, department-of-defense, dc, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $5.7 million to LEIDOS, INC.. THE PURPOSE OF THIS REQUIREMENT IS TO DEVELOP, ENHANCE, AND SUSTAIN A SPECIAL ACCESS PROGRAM (SAP) INFORMATION TECHNOLOGY (IT) ENTERPRISE VIA A HYBRID CLOUD AND ON-PREMISES SOLUTION.
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 $5.7 million.
What is the period of performance?
Start: 2025-12-22. End: 2026-12-21.
What is the total value of the parent contract from which this delivery order was issued, and what is the remaining scope?
The provided data only details this specific delivery order. To fully assess the value and long-term commitment, information on the overarching contract, including its total ceiling value, period of performance, and any previously awarded orders, would be necessary. This context is crucial for understanding the full scope of the requirement and potential future spending.
How will the Cost Plus Fixed Fee structure be managed to mitigate potential cost overruns for this SAP IT Enterprise?
Effective management of a Cost Plus Fixed Fee (CPFF) contract, especially for a Special Access Program (SAP), requires rigorous oversight, detailed cost tracking, and clear performance metrics. The Defense Information Systems Agency (DISA) must implement robust financial controls and regular audits to ensure costs remain within reasonable bounds and that the fixed fee is justified by the delivered value and complexity of the IT enterprise.
What specific security protocols and compliance measures are in place for the SAP IT Enterprise, given its sensitive nature?
Given the requirement supports a Special Access Program (SAP), stringent security protocols and compliance measures are paramount. While not detailed in the award data, such a contract would necessitate adherence to the highest levels of classified information handling, cybersecurity standards (e.g., NIST, RMF), and specific SAP security directives. The contractor, Leidos, would be expected to demonstrate a proven track record in secure IT environments.
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 - IT MANAGEMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: HC104717R0001
Offers Received: 4
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 700 N FREDERICK AVE, GAITHERSBURG, MD, 20879
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $141,573,984
Exercised Options: $21,182,691
Current Obligation: $5,726,419
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HC104718D2009
IDV Type: IDC
Timeline
Start Date: 2025-12-22
Current End Date: 2026-12-21
Potential End Date: 2030-12-21 00:00:00
Last Modified: 2025-12-17
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)