DHS awards $18.4M contract to Leidos for administrative management consulting services
Contract Overview
Contract Amount: $18,411,270 ($18.4M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2011-02-10
End Date: 2013-08-10
Contract Duration: 912 days
Daily Burn Rate: $20.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: CIP, STANDARD, MODELING, NXGEN
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20407
Plain-Language Summary
Department of Homeland Security obligated $18.4 million to LEIDOS, INC. for work described as: CIP, STANDARD, MODELING, NXGEN Key points: 1. Contract awarded to Leidos, a major government contractor. 2. Services fall under administrative management and general management consulting. 3. Full and open competition was utilized. 4. The contract duration was 912 days.
Value Assessment
Rating: fair
The contract was awarded via a delivery order under a larger contract. Specific pricing details for this order are not provided, making a direct comparison difficult. The Cost Plus Fixed Fee (CPFF) structure can sometimes lead to higher costs if not managed tightly.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, suggesting a robust process for selecting the contractor. This method generally promotes competitive pricing and ensures the government receives best value.
Taxpayer Impact: The use of full and open competition aims to ensure taxpayer funds are used efficiently by fostering a competitive environment for contract awards.
Public Impact
Supports administrative and management functions within the Department of Homeland Security. Leidos, Inc. is a significant player in government contracting, indicating established capabilities. The contract duration suggests a medium-term engagement for consulting services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- CPFF contract type can incentivize cost overruns if not closely monitored.
- Lack of specific pricing data for this delivery order hinders detailed value assessment.
Positive Signals
- Awarded via full and open competition.
- Leidos is an experienced contractor in the federal space.
Sector Analysis
This contract falls under professional services, specifically management consulting. Benchmarks for this sector vary widely based on the specific services and agency needs, but $18.4M over two years represents a substantial engagement.
Small Business Impact
The data indicates the primary awardee is Leidos, Inc., a large business. There is no explicit mention of small business participation in this specific award, suggesting it may not have been a primary focus.
Oversight & Accountability
The contract was managed by the Office of Procurement Operations within DHS, indicating a structured procurement process. Oversight would focus on the delivery of consulting services and adherence to the CPFF terms.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Cost Plus Fixed Fee contract type.
- Lack of detailed pricing information for the delivery order.
- Potential for scope creep in consulting engagements.
- No explicit small business participation noted.
Tags
administrative-management-and-general-ma, department-of-homeland-security, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $18.4 million to LEIDOS, INC.. CIP, STANDARD, MODELING, NXGEN
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Office of Procurement Operations).
What is the total obligated amount?
The obligated amount is $18.4 million.
What is the period of performance?
Start: 2011-02-10. End: 2013-08-10.
What specific administrative and management challenges did DHS aim to address with this contract?
The contract data does not specify the exact challenges. However, 'Administrative Management and General Management Consulting Services' typically encompass areas like organizational efficiency, process improvement, strategic planning, policy development, and operational support. DHS likely sought expertise to optimize internal operations, enhance program delivery, or address complex management issues within its various components.
How effectively did the full and open competition process ensure competitive pricing for this delivery order?
While full and open competition is designed to foster competitive pricing, the effectiveness for this specific delivery order is difficult to ascertain without knowing the number of bids received and the price range. The Cost Plus Fixed Fee structure, while allowing for flexibility, can sometimes lead to higher final costs compared to fixed-price contracts if not managed diligently by the agency.
What is the potential long-term impact of these consulting services on DHS operational effectiveness?
The long-term impact depends heavily on the quality of services provided by Leidos and the agency's ability to implement recommendations. If the consulting leads to significant process improvements, cost savings, or enhanced strategic alignment, the impact could be highly positive. Conversely, if recommendations are not actionable or are poorly implemented, the impact may 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) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 10260 CAMPUS POINT DR, SAN DIEGO, CA, 92121
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $18,734,361
Exercised Options: $18,646,129
Current Obligation: $18,411,270
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSHQDC09D00062
IDV Type: IDC
Timeline
Start Date: 2011-02-10
Current End Date: 2013-08-10
Potential End Date: 2013-08-10 00:00:00
Last Modified: 2019-08-12
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)