DHS FEMA awards $26M for Administrative Management Consulting, awarded to Leidos, Inc
Contract Overview
Contract Amount: $25,954,145 ($26.0M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2006-09-15
End Date: 2008-06-30
Contract Duration: 654 days
Daily Burn Rate: $39.7K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 6
Pricing Type: OTHER (NONE OF THE ABOVE)
Sector: Other
Official Description: TASK ORDER #1, TOPOFF 4.SEE SOW FOR ADDITIONAL DETAILSACCOUNTING CODE: 6-T-TF-25-00-00PLEASE MAKE SURE THAT THE INVOICE ADDRESS LISTED ON THE APPROVED ORDER IS AS FOLLOWS: U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMSACCOUNTING DIVISION810 SEVENTH STREET, NWWASHINGTON, DC 20531PLEASE REFERENCE DCN#: TF06V40002 IN THE APPROVED FINAL ORDER.SPECIAL NOTE: UPON COMPLETION OF THE PR APPROVAL PROCESS, PLEASE FORWARD A COPY OF THE ORDER APPROVAL DOCUMENT TO JEANNE.BORAM@ASSOCIATES.DHS.GOV.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
Department of Homeland Security obligated $26.0 million to LEIDOS, INC. for work described as: TASK ORDER #1, TOPOFF 4.SEE SOW FOR ADDITIONAL DETAILSACCOUNTING CODE: 6-T-TF-25-00-00PLEASE MAKE SURE THAT THE INVOICE ADDRESS LISTED ON THE APPROVED ORDER IS AS FOLLOWS: U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMSACCOUNTING DIVISION810 SEVENTH STREET, NWWASHINGTON, DC… Key points: 1. Leidos, Inc. secured a significant contract for administrative management consulting services. 2. The contract was awarded by the Department of Homeland Security (FEMA). 3. This represents a substantial investment in management consulting for federal operations. 4. The duration of the task order was 654 days.
Value Assessment
Rating: fair
The contract value of $25.95 million for administrative management consulting over approximately two years appears high. Benchmarking against similar contracts for management consulting services is necessary to determine if the pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The contract was awarded as a competitive delivery order, indicating that multiple vendors likely had the opportunity to bid. This method generally promotes price discovery and potentially better value for the government.
Taxpayer Impact: Taxpayer funds are being utilized for management consulting services, the efficiency and effectiveness of which will determine the ultimate value.
Public Impact
Federal agencies rely on management consulting to improve efficiency and effectiveness. This contract supports critical administrative functions within the Department of Homeland Security. The use of competitive bidding aims to ensure responsible use of taxpayer funds.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- High contract value warrants scrutiny for cost-effectiveness.
- Limited detail on specific deliverables makes assessing impact difficult.
Positive Signals
- Awarded through a competitive process.
- Supports a critical federal agency (DHS).
Sector Analysis
Administrative Management and General Management Consulting Services (NAICS 541611) is a broad category. Spending in this sector can vary widely depending on the specific needs and complexity of the agency's operations.
Small Business Impact
The data does not indicate whether small businesses were involved as subcontractors or prime contractors in this award.
Oversight & Accountability
The task order references specific accounting codes and requires invoice address verification, suggesting standard financial oversight. However, further details on performance monitoring and accountability mechanisms are not provided.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- High contract value.
- Lack of detailed performance metrics.
- Limited information on specific deliverables.
- Unclear long-term impact assessment.
Tags
administrative-management-and-general-ma, department-of-homeland-security, dc, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $26.0 million to LEIDOS, INC.. TASK ORDER #1, TOPOFF 4.SEE SOW FOR ADDITIONAL DETAILSACCOUNTING CODE: 6-T-TF-25-00-00PLEASE MAKE SURE THAT THE INVOICE ADDRESS LISTED ON THE APPROVED ORDER IS AS FOLLOWS: U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMSACCOUNTING DIVISION810 SEVENTH STREET, NWWASHINGTON, DC 20531PLEASE REFERENCE DCN#: TF06V40002 IN THE APPROVED FINAL ORDER.SPECIAL NOTE: UPON COMPLETION OF THE PR APPROVAL PROCESS, PLEASE FORWARD A COPY OF THE ORDER APPROVAL DOCUMENT TO JEANNE.BORAM@ASSOCIATES.DHS.GOV.
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 $26.0 million.
What is the period of performance?
Start: 2006-09-15. End: 2008-06-30.
What specific management and administrative challenges was this task order intended to address, and what were the expected outcomes?
The provided data lacks specifics on the exact administrative or management challenges this task order aimed to resolve. Typically, such contracts are for improving operational efficiency, strategic planning, or implementing new management systems. Without a Statement of Work (SOW), it's impossible to detail the expected outcomes beyond general improvements in administrative functions.
How was the performance of Leidos, Inc. on this contract evaluated, and were the objectives met within budget and schedule?
Performance evaluation details and objective achievement are not included in the provided data. Standard government contracting includes performance metrics and reviews, but this information would typically be found in contract close-out documents or performance reports, which are absent here. Assessing if objectives were met requires access to those specific evaluation records.
What is the long-term impact of this $26 million investment in administrative consulting on FEMA's operational effectiveness?
The long-term impact is difficult to ascertain without knowing the specific services rendered and their subsequent implementation. If the consulting led to significant process improvements, cost savings, or enhanced service delivery for FEMA's mission, the impact would be positive. Conversely, if the recommendations were not effectively implemented or did not yield substantial benefits, the impact could be minimal.
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) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 6
Pricing Type: OTHER (NONE OF THE ABOVE) (3)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 2900 SABRE ST STE 800, VIRGINIA BEACH, VA, 02
Business Categories: Category Business, Not Designated a Small Business, Service Disabled Veteran Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $25,954,145
Exercised Options: $25,954,145
Current Obligation: $25,954,145
Parent Contract
Parent Award PIID: HSHQDC06D00014
IDV Type: IDC
Timeline
Start Date: 2006-09-15
Current End Date: 2008-06-30
Potential End Date: 2008-06-30 00:00:00
Last Modified: 2009-08-22
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)