DHS awards $22.5M for Independent Testing to Leidos, Inc. via BPA Call
Contract Overview
Contract Amount: $22,536,172 ($22.5M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2006-08-25
End Date: 2011-12-14
Contract Duration: 1,937 days
Daily Burn Rate: $11.6K/day
Competition Type: FULL AND OPEN COMPETITION
Sector: IT
Official Description: INDEPENDENT TESTING
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22209
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $22.5 million to LEIDOS, INC. for work described as: INDEPENDENT TESTING Key points: 1. Leidos, Inc. secured a significant contract for independent testing services. 2. The contract was awarded under full and open competition, suggesting a competitive bidding process. 3. The duration of the contract (1937 days) indicates a long-term need for these services. 4. The award falls under the 'Computer and Software Stores' NAICS code, implying IT-related testing.
Value Assessment
Rating: fair
The contract value of $22.5M over approximately 5 years suggests a moderate annual spend. Benchmarking against similar independent testing contracts is needed to assess pricing efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Awarded via a BPA Call under full and open competition, this method likely facilitated a competitive price discovery process. The use of a BPA suggests pre-competed pricing, but the specific call's competition is key.
Taxpayer Impact: Taxpayer funds were utilized through a competitive process, aiming for value. The effectiveness of the competition in securing optimal pricing is a key consideration.
Public Impact
Ensures quality and reliability of systems through independent verification. Supports the Department of Homeland Security's mission by validating critical technologies. Potential impact on the cybersecurity posture of DHS systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in provided data.
- Potential for cost overruns in long-term testing contracts.
- Dependence on a single vendor for critical testing services.
Positive Signals
- Awarded through full and open competition.
- Long contract duration suggests sustained need and potential for established relationship.
- Independent testing is crucial for government system integrity.
Sector Analysis
The Department of Homeland Security frequently procures IT services, including testing and evaluation. Benchmarks for similar independent testing contracts within the federal government would provide further context on value.
Small Business Impact
The data indicates this contract was not awarded to small businesses. Further analysis would be needed to determine if small business participation was sought or if opportunities were missed.
Oversight & Accountability
The Office of Procurement Operations managed this award. Oversight would focus on contract performance, adherence to scope, and financial management throughout the contract's lifecycle.
Related Government Programs
- Computer and Software Stores
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Contract duration is lengthy, requiring careful monitoring.
- Potential for scope creep in testing services.
- Reliance on a single awardee for critical testing functions.
- Lack of detailed performance metrics in the provided data.
Tags
computer-and-software-stores, department-of-homeland-security, va, bpa-call, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $22.5 million to LEIDOS, INC.. INDEPENDENT TESTING
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 $22.5 million.
What is the period of performance?
Start: 2006-08-25. End: 2011-12-14.
What specific types of independent testing were performed under this contract, and how did they contribute to the agency's mission objectives?
The provided data lacks specifics on the testing types. However, 'Independent Testing' generally encompasses functional, performance, security, and usability testing. For DHS, this could range from validating cybersecurity software to testing physical security systems, directly contributing to national security and operational effectiveness by ensuring deployed technologies meet stringent requirements and are free from critical flaws.
How did the 'full and open competition' process ensure the best value and mitigate risks associated with this significant IT testing contract?
Full and open competition allows any interested and qualified vendor to submit a bid, fostering a competitive environment that typically drives down prices and encourages innovation. For this $22.5M contract, it suggests multiple vendors vied for the work, providing DHS with a range of technical solutions and price points. This process mitigates risks by preventing sole-source reliance and ensuring the selected vendor offers the most advantageous combination of cost, technical capability, and past performance.
What is the benchmarked cost per unit or per hour for independent testing services of this nature, and how does the awarded contract's pricing compare?
Without specific details on the services rendered (e.g., penetration testing, software QA, hardware validation) and the labor categories involved, establishing a precise per-unit cost benchmark is challenging. However, federal IT service contracts often have hourly rates ranging from $100-$300+ depending on skill level and complexity. A comprehensive review of Leidos's pricing against similar government contracts and market rates would be necessary to determine if this $22.5M award represents good value.
Industry Classification
NAICS: Retail Trade › Electronics and Appliance Stores › Computer and Software Stores
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
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, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $23,905,109
Exercised Options: $23,905,109
Current Obligation: $22,536,172
Parent Contract
Parent Award PIID: HSHQPA06A00018
IDV Type: BPA
Timeline
Start Date: 2006-08-25
Current End Date: 2011-12-14
Potential End Date: 2011-12-31 00:00:00
Last Modified: 2017-12-19
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 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)