FEMA awards $24.3M contract to Leidos for administrative management consulting services
Contract Overview
Contract Amount: $24,273,234 ($24.3M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2012-09-28
End Date: 2016-09-26
Contract Duration: 1,459 days
Daily Burn Rate: $16.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: IGF::OT::IGF
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $24.3 million to LEIDOS, INC. for work described as: IGF::OT::IGF Key points: 1. Contract awarded to a single large business, Leidos, Inc. 2. Services fall under Administrative Management and General Management Consulting. 3. The contract was awarded under full and open competition. 4. The contract duration was 1459 days. 5. The contract type was Cost Plus Fixed Fee.
Value Assessment
Rating: fair
The Cost Plus Fixed Fee (CPFF) contract type can lead to cost overruns if not managed carefully. The total award amount of $24.3M over nearly four years suggests a moderate scale for consulting services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Awarded under full and open competition, this method generally promotes competitive pricing. However, the specific pricing structure of CPFF requires diligent oversight to ensure value for money.
Taxpayer Impact: Taxpayer funds were used for management consulting services, with the effectiveness and efficiency of these services being key to value realization.
Public Impact
Ensures continued administrative and management support for FEMA operations. Supports federal agency efficiency through external expertise. Potential for cost efficiencies or overruns depending on contract management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- CPFF contract type can incentivize cost increases.
- Long contract duration may reduce flexibility.
- No small business participation noted.
Positive Signals
- Awarded through full and open competition.
- Supports critical agency functions.
Sector Analysis
This contract falls within the professional services sector, specifically management consulting. Benchmarks for similar contracts would focus on hourly rates, total contract value relative to agency size, and project outcomes.
Small Business Impact
The data indicates no specific small business participation in this contract. This suggests that the prime contractor, Leidos, Inc., likely performed the majority or all of the work, potentially missing opportunities for small business engagement.
Oversight & Accountability
The CPFF contract type necessitates robust oversight to control costs and ensure performance objectives are met. Regular reviews of expenditures and deliverables are crucial for accountability.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Cost Plus Fixed Fee (CPFF) contract type.
- Lack of small business participation.
- Long contract duration.
- Potential for cost overruns without strict oversight.
Tags
administrative-management-and-general-ma, department-of-homeland-security, dc, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $24.3 million to LEIDOS, INC.. IGF::OT::IGF
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).
What is the total obligated amount?
The obligated amount is $24.3 million.
What is the period of performance?
Start: 2012-09-28. End: 2016-09-26.
What specific administrative and management functions were performed under this contract, and how did they contribute to FEMA's mission effectiveness?
The contract provided administrative management and general management consulting services. These likely encompassed areas such as operational efficiency improvements, strategic planning support, organizational development, and process optimization. The effectiveness would be measured by FEMA's ability to achieve its disaster response and recovery goals more efficiently and effectively due to the support provided.
Given the CPFF structure, what mechanisms were in place to mitigate cost escalation and ensure fair pricing for the services rendered?
While CPFF contracts offer flexibility, they require stringent oversight. Mechanisms likely included detailed cost tracking, regular audits, performance-based milestones, and clear definitions of fixed fees. The agency's contracting officers would have been responsible for monitoring expenditures against the estimated costs and ensuring the fixed fee remained appropriate for the work performed.
How did the full and open competition process ensure that Leidos, Inc. provided the best value to the government compared to other potential offerors?
Full and open competition allows all responsible sources to submit offers. The evaluation process would have assessed technical capabilities, past performance, and price. Leidos, Inc. was selected because its proposal was deemed the most advantageous, offering the best combination of these factors, thereby ensuring value for taxpayer dollars through a competitive selection.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSFE20-12-R-0031
Offers Received: 7
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 1710 SAIC DR, MCLEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $24,273,234
Exercised Options: $24,273,234
Current Obligation: $24,273,234
Actual Outlays: $106,172
Subaward Activity
Number of Subawards: 143
Total Subaward Amount: $817,147,098
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2012-09-28
Current End Date: 2016-09-26
Potential End Date: 2024-09-28 00:00:00
Last Modified: 2024-09-27
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)