DHS awards $48M for Hazardous Materials Management, Leidos Inc. secures contract
Contract Overview
Contract Amount: $48,060,519 ($48.1M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2011-12-11
End Date: 2017-02-10
Contract Duration: 1,888 days
Daily Burn Rate: $25.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NATIONAL HAZARDOUS MATERIALS MANAGEMENT AND DISPOSAL SERVICES
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $48.1 million to LEIDOS, INC. for work described as: NATIONAL HAZARDOUS MATERIALS MANAGEMENT AND DISPOSAL SERVICES Key points: 1. Contract awarded to Leidos, Inc. for hazardous materials management and disposal. 2. Significant value of $48M over the contract period. 3. Full and open competition was utilized. 4. Contract duration was 1888 days. 5. The NAICS code 562910 indicates Remediation Services.
Value Assessment
Rating: fair
The contract value of $48M over approximately 5 years suggests a substantial annual spend. Without specific unit cost data or benchmarks for hazardous materials management, a precise pricing assessment is difficult. However, the firm fixed price structure implies cost control expectations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a robust process for soliciting bids and ensuring fair market pricing. This method generally leads to better price discovery and potentially more competitive pricing for the government.
Taxpayer Impact: The use of full and open competition aims to secure the best value for taxpayers by allowing all eligible vendors to compete, potentially driving down costs and improving service quality.
Public Impact
Ensures safe handling and disposal of hazardous materials, crucial for national security and environmental protection. Supports the Transportation Security Administration's operational needs. Potential for environmental impact mitigation through proper waste management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or outcomes data.
- Limited insight into the effectiveness of the remediation services provided.
- No clear indication of small business participation.
Positive Signals
- Contract awarded through full and open competition.
- Firm fixed price contract provides cost certainty.
- Addresses critical national security and environmental needs.
Sector Analysis
This contract falls within the environmental remediation and waste management sector. Spending in this area is often driven by regulatory compliance, infrastructure needs, and national security requirements. Benchmarks for similar large-scale hazardous material management contracts would provide further context.
Small Business Impact
The provided data indicates that small business participation was not a factor in this contract award (ss: false, sb: false). Further analysis would be needed to determine if opportunities were missed for small businesses in this procurement.
Oversight & Accountability
The contract was awarded by the Department of Homeland Security, suggesting a level of oversight. However, details on specific oversight mechanisms, performance monitoring, and accountability measures are not provided in this data.
Related Government Programs
- Remediation Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Lack of detailed performance data.
- No information on environmental impact assessment or outcomes.
- Limited insight into contractor's safety record.
- Absence of small business participation.
Tags
remediation-services, department-of-homeland-security, va, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $48.1 million to LEIDOS, INC.. NATIONAL HAZARDOUS MATERIALS MANAGEMENT AND DISPOSAL SERVICES
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $48.1 million.
What is the period of performance?
Start: 2011-12-11. End: 2017-02-10.
What specific hazardous materials were managed and disposed of under this contract, and were there any unique challenges?
The data does not specify the types of hazardous materials handled. Understanding the nature of these materials (e.g., chemical, biological, radiological) would be crucial for assessing the complexity and risk associated with the contract. Unique challenges could range from specialized handling requirements to disposal site limitations, impacting cost and execution.
How did the firm fixed price structure impact the contractor's ability to manage unforeseen costs or scope changes?
A firm fixed price (FFP) contract places the risk of cost overruns on the contractor. While it provides budget certainty for the government, it can incentivize contractors to cut corners if unexpected issues arise. The effectiveness of FFP relies on a well-defined scope and robust contractor performance monitoring to ensure quality and safety.
What were the key performance indicators (KPIs) used to evaluate the success of the hazardous materials management and disposal services?
The provided data lacks information on specific KPIs. Effective evaluation would typically involve metrics related to safety compliance, environmental protection standards met, timeliness of disposal, cost efficiency, and adherence to regulatory requirements. Without these, assessing the true value and effectiveness of the services is challenging.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Remediation and Other Waste Management Services › Remediation Services
Product/Service Code: NATURAL RESOURCES MANAGEMENT › ENVIRONMENTAL SYSTEMS PROTECTION
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSTS01-11-R-ENV004
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
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: $48,081,352
Exercised Options: $48,060,519
Current Obligation: $48,060,519
Subaward Activity
Number of Subawards: 22
Total Subaward Amount: $11,863,889
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Timeline
Start Date: 2011-12-11
Current End Date: 2017-02-10
Potential End Date: 2017-02-10 00:00:00
Last Modified: 2018-01-26
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)