DHS awards $27.5M for IDW O&M to Leidos Inc. under HR Access IDIQ
Contract Overview
Contract Amount: $27,502,793 ($27.5M)
Contractor: Leidos Inc
Awarding Agency: Department of Homeland Security
Start Date: 2014-02-01
End Date: 2017-01-01
Contract Duration: 1,065 days
Daily Burn Rate: $25.8K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: IGF::CL,CT::IGF TASK ORDER HSTS01-14-J-HRM034 IS HEREBY ISSUED TO PROVIDE INTEGRATED DATA WAREHOUSE (IDW) OPERATIONS AND MAINTENANCE (O&M) SERVICES AGAINST THE HRACCESS IDIQ CONTRACT HSTS01-08-D-HRM010. THE CONTRACTOR SHALL PERFORM THE SERVICES IDENTIFIED IN THIS TASK ORDER IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE IDIQ CONTRACT.
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $27.5 million to LEIDOS INC for work described as: IGF::CL,CT::IGF TASK ORDER HSTS01-14-J-HRM034 IS HEREBY ISSUED TO PROVIDE INTEGRATED DATA WAREHOUSE (IDW) OPERATIONS AND MAINTENANCE (O&M) SERVICES AGAINST THE HRACCESS IDIQ CONTRACT HSTS01-08-D-HRM010. THE CONTRACTOR SHALL PERFORM THE SERVICES IDENTIFIED IN THIS TASK ORDER IN … Key points: 1. Contract awarded to Leidos Inc. for Integrated Data Warehouse (IDW) Operations and Maintenance (O&M). 2. Task order issued against HR Access IDIQ contract HSTS01-08-D-HRM010. 3. Services include IDW O&M, with a duration of 1065 days. 4. The contract type is Cost Plus Fixed Fee. 5. The awarding agency is the Department of Homeland Security, specifically the Transportation Security Administration.
Value Assessment
Rating: fair
The Cost Plus Fixed Fee contract type can lead to cost overruns if not managed carefully. Benchmarking against similar IDW O&M contracts is difficult without more detailed cost breakdowns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process. This method generally promotes price discovery and potentially better pricing for the government.
Taxpayer Impact: The competitive award aims to ensure taxpayer funds are used efficiently for essential IT services.
Public Impact
Ensures continued operation of critical data warehouse for TSA. Supports human resources functions within the Department of Homeland Security. Potential for cost efficiencies through competitive bidding. Long-term contract may impact budget planning for TSA IT.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contract type can incentivize contractor to increase costs.
- Long contract duration may not reflect current market pricing.
- Lack of specific performance metrics in provided data.
Positive Signals
- Awarded under full and open competition.
- Supports critical IT infrastructure for DHS.
- Experienced contractor likely to deliver services.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on data warehouse operations and maintenance. Spending benchmarks for similar IT O&M contracts vary widely based on complexity and scope.
Small Business Impact
The provided data does not indicate any specific set-asides for small businesses. The prime contractor, Leidos Inc., is a large business, suggesting limited direct opportunities for small businesses on this specific task order.
Oversight & Accountability
Oversight would typically be managed by the contracting officer and program managers within the TSA. The task order structure under an IDIQ allows for phased oversight of performance and costs.
Related Government Programs
- Human Resources Consulting Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Cost Plus Fixed Fee contract type.
- Long contract duration.
- Lack of specific performance metrics.
- Potential for cost overruns.
- No indication of small business participation.
Tags
human-resources-consulting-services, department-of-homeland-security, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $27.5 million to LEIDOS INC. IGF::CL,CT::IGF TASK ORDER HSTS01-14-J-HRM034 IS HEREBY ISSUED TO PROVIDE INTEGRATED DATA WAREHOUSE (IDW) OPERATIONS AND MAINTENANCE (O&M) SERVICES AGAINST THE HRACCESS IDIQ CONTRACT HSTS01-08-D-HRM010. THE CONTRACTOR SHALL PERFORM THE SERVICES IDENTIFIED IN THIS TASK ORDER IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE IDIQ CONTRACT.
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 $27.5 million.
What is the period of performance?
Start: 2014-02-01. End: 2017-01-01.
What is the estimated cost per year for these IDW O&M services?
The total award is $27,502,793.02 over 1065 days (approximately 2.9 years). This equates to an average annual cost of roughly $9.5 million. However, as a Cost Plus Fixed Fee contract, the actual costs incurred by the contractor will be reimbursed, plus a fixed fee, making the final cost potentially variable within certain parameters.
What are the key performance indicators (KPIs) for this contract to ensure effectiveness?
The provided data does not specify the Key Performance Indicators (KPIs) for this task order. Typically, for IT O&M contracts, KPIs would include system uptime, response times, data integrity, security compliance, and user satisfaction. Effective oversight would require clear, measurable KPIs to ensure the contractor meets performance expectations.
How does the Cost Plus Fixed Fee structure impact the government's ability to control costs?
The Cost Plus Fixed Fee (CPFF) structure reimburses the contractor for allowable costs plus a predetermined fixed fee. While the fee is fixed, the total cost can fluctuate based on actual expenses. This structure can incentivize contractors to manage costs efficiently to maximize their fee, but it requires robust government oversight to ensure costs are reasonable and allocable.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Human Resources 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
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 2650 PARK TOWER DR, VIENNA, VA, 22180
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $32,991,709
Exercised Options: $27,502,793
Current Obligation: $27,502,793
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSTS0108DHRM010
IDV Type: IDC
Timeline
Start Date: 2014-02-01
Current End Date: 2017-01-01
Potential End Date: 2017-01-01 12:00:00
Last Modified: 2023-05-18
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)