DHS awards $10.7M for Data Recovery & Replication Support to Leidos, Inc
Contract Overview
Contract Amount: $10,698,503 ($10.7M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2006-12-26
End Date: 2012-05-21
Contract Duration: 1,973 days
Daily Burn Rate: $5.4K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 3
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: DATA RECOVERY & REPLICATION SUPPORT SERVICES UNDER DHS-WIDE EAGLE
Place of Performance
Location: NEWINGTON, FAIRFAX County, VIRGINIA, 22122
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $10.7 million to LEIDOS, INC. for work described as: DATA RECOVERY & REPLICATION SUPPORT SERVICES UNDER DHS-WIDE EAGLE Key points: 1. Leidos, Inc. secured a significant contract for critical data services. 2. The contract was awarded under a competitive delivery order. 3. Potential risks include vendor lock-in and the long duration of the contract. 4. The IT sector, specifically computer facilities management, is the focus.
Value Assessment
Rating: fair
The contract value of $10.7M over approximately 5.5 years suggests a moderate annual spend. Benchmarking against similar IT support contracts would be necessary to fully assess pricing fairness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
Awarded as a competitive delivery order, indicating multiple bids were considered. The Time and Materials pricing structure, however, can lead to cost overruns if not closely managed.
Taxpayer Impact: Taxpayer funds are being used for essential IT infrastructure support, with competition aiming for cost efficiency.
Public Impact
Ensures continuity of critical government data and operations. Supports the U.S. Customs and Border Protection's mission. Highlights the government's reliance on private sector IT expertise.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (5.5 years)
- Time and Materials pricing
- Sole vendor for specific services (potential)
Positive Signals
- Competitive award process
- Essential IT infrastructure support
Sector Analysis
This contract falls within the IT services sector, specifically Computer Facilities Management. Government spending in this area is substantial, driven by the need for secure and reliable data operations.
Small Business Impact
The data indicates this contract was not awarded to a small business. Further analysis would be needed to determine if small business participation was sought or achieved through subcontracting.
Oversight & Accountability
The competitive delivery order structure suggests some level of oversight. However, the long duration and T&M pricing warrant close monitoring to ensure value and prevent cost creep.
Related Government Programs
- Computer Facilities Management Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Potential for cost overruns due to T&M pricing
- Risk of vendor lock-in
- Technology obsolescence over contract duration
- Lack of specific small business participation data
- Need for robust government oversight on performance and costs
Tags
computer-facilities-management-services, department-of-homeland-security, va, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $10.7 million to LEIDOS, INC.. DATA RECOVERY & REPLICATION SUPPORT SERVICES UNDER DHS-WIDE EAGLE
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $10.7 million.
What is the period of performance?
Start: 2006-12-26. End: 2012-05-21.
What was the competitive landscape for this specific data recovery and replication service, and how did it influence the final price?
The contract was awarded as a 'COMPETITIVE DELIVERY ORDER,' suggesting multiple vendors were considered. However, the specific number of bidders and the details of the price discovery process are not provided. Understanding the level of competition and the specific service requirements is crucial to assess if the negotiated price reflects true market value and efficiency for the taxpayer.
What are the primary risks associated with a 5.5-year Time and Materials contract for critical data services?
A significant risk is potential cost escalation due to the Time and Materials (T&M) pricing model, which can incentivize longer task durations or higher labor rates if not strictly managed. The long contract duration (1973 days) also increases the risk of technology obsolescence and vendor lock-in, potentially hindering the adoption of more efficient solutions.
How effectively does this contract ensure the continuity and security of sensitive DHS data over its lifespan?
The contract's purpose is to ensure data recovery and replication, directly supporting operational continuity. However, effectiveness hinges on Leidos's performance, adherence to security protocols, and the government's oversight. The long duration necessitates ongoing vigilance to ensure the services remain relevant and secure against evolving threats and technological advancements.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Facilities Management Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 3
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 1710 SAIC DR, MCLEAN, VA, 90
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $11,732,535
Exercised Options: $11,066,646
Current Obligation: $10,698,503
Parent Contract
Parent Award PIID: HSHQDC06D00026
IDV Type: IDC
Timeline
Start Date: 2006-12-26
Current End Date: 2012-05-21
Potential End Date: 2012-05-31 00:00:00
Last Modified: 2014-06-04
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 Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)