CMS Spends $42M on Remote Identity Proofing and MFA Services from Leidos
Contract Overview
Contract Amount: $41,997,220 ($42.0M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Health and Human Services
Start Date: 2012-01-31
End Date: 2017-01-30
Contract Duration: 1,826 days
Daily Burn Rate: $23.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 9
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: CMS ENTERPRISE SERVICE FOR REMOTE IDENTITY PROOFING AND MULTI-FACTOR AUTHENTICATION
Place of Performance
Location: WINDSOR MILL, BALTIMORE County, MARYLAND, 21244
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $42.0 million to LEIDOS, INC. for work described as: CMS ENTERPRISE SERVICE FOR REMOTE IDENTITY PROOFING AND MULTI-FACTOR AUTHENTICATION Key points: 1. Contract awarded to Leidos, Inc. for enterprise service. 2. Focus on identity proofing and multi-factor authentication for CMS. 3. Full and open competition method used. 4. Significant duration of 1826 days. 5. Firm fixed price contract type.
Value Assessment
Rating: fair
The total award amount is $41,997,219.90 over approximately five years. Without specific per-unit data or detailed service breakdowns, a precise value assessment is difficult. However, the duration and scope suggest a substantial investment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a competitive bidding process. This method generally promotes price discovery and potentially better pricing for the government.
Taxpayer Impact: Taxpayer funds are utilized for IT services supporting CMS operations, aiming to enhance security and access for beneficiaries and staff.
Public Impact
Enhanced security for sensitive health data. Improved access management for CMS systems. Potential impact on user experience for beneficiaries and providers. Supports digital transformation initiatives within healthcare.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics.
- Potential for vendor lock-in over contract duration.
- Dependency on a single vendor for critical security functions.
Positive Signals
- Use of a competitive bidding process.
- Focus on essential security services.
- Firm fixed price contract can control costs.
Sector Analysis
This contract falls within the Computer Systems Design Services sector, specifically related to IT security and identity management. Benchmarks for similar large-scale IT security contracts can vary widely based on scope and duration.
Small Business Impact
The data indicates this contract was not awarded to small businesses. Further analysis would be needed to determine if subcontracting opportunities were provided to small businesses.
Oversight & Accountability
Oversight would typically be managed by the Centers for Medicare and Medicaid Services (CMS) contracting officers and program managers. Accountability for performance and adherence to contract terms is crucial.
Related Government Programs
- Computer Systems Design Services
- Department of Health and Human Services Contracting
- Centers for Medicare and Medicaid Services Programs
Risk Flags
- Potential for cost overruns if scope expands.
- Risk of security vulnerabilities if not continuously updated.
- Dependency on vendor for critical infrastructure.
- Challenges in measuring ROI for security investments.
Tags
computer-systems-design-services, department-of-health-and-human-services, md, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $42.0 million to LEIDOS, INC.. CMS ENTERPRISE SERVICE FOR REMOTE IDENTITY PROOFING AND MULTI-FACTOR AUTHENTICATION
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Centers for Medicare and Medicaid Services).
What is the total obligated amount?
The obligated amount is $42.0 million.
What is the period of performance?
Start: 2012-01-31. End: 2017-01-30.
What specific security threats does this system aim to mitigate, and how effective has it been?
The system is designed to mitigate threats related to unauthorized access, identity theft, and data breaches by implementing robust remote identity proofing and multi-factor authentication. Effectiveness would be measured by metrics such as reduced security incidents, successful authentication rates, and compliance with security standards. Without specific performance reports, a definitive assessment of its effectiveness is not possible from this data alone.
How does the cost of this contract compare to industry benchmarks for similar services?
Comparing this $42 million contract over five years requires detailed service level agreements and market research. Given the 'full and open competition' award, it suggests a competitive price was achieved. However, without specific per-unit costs or detailed service scope, a direct benchmark against similar private sector contracts is challenging. The government's procurement process aims for fair and reasonable pricing.
What is the long-term strategy for identity proofing and authentication beyond this contract?
The long-term strategy is not detailed in the provided data. Agencies typically plan for contract renewals, transitions to new technologies, or potential consolidation of services. CMS would likely be evaluating evolving security needs and technological advancements to ensure continued robust identity management solutions post-contract expiration.
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 › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 9
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 1710 SAIC DR, MCLEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $41,997,220
Exercised Options: $41,997,220
Current Obligation: $41,997,220
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HHSM500200700020I
IDV Type: IDC
Timeline
Start Date: 2012-01-31
Current End Date: 2017-01-30
Potential End Date: 2017-01-30 00:00:00
Last Modified: 2021-05-19
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 Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →