DHS awards $38.4M for HR consulting, extending services for three months
Contract Overview
Contract Amount: $38,424,725 ($38.4M)
Contractor: Leidos Inc
Awarding Agency: Department of Homeland Security
Start Date: 2016-09-28
End Date: 2017-06-30
Contract Duration: 275 days
Daily Burn Rate: $139.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIXED PRICE AWARD FEE
Sector: Other
Official Description: IGF::CT::IGF THE PURPOSE OF TASK ORDER HSTS01-16-J-HRM136 OF THE BASE IDIQ CONTRACT HSTS01-08-D-HRM010 IS TO FUND THE BASE PERIOD OF THE EXTENSION OF SERVICES. THE BASE EXTENSION WILL BE FOR 3 MONTHS WITH THE PERIOD OF PERFORMANCE FROM JANUARY 2, 2017 TO MARCH 31, 2017. THE FUNDING AMOUNT FOR THE PR WILL BE $39,901,219 THAT WILL BE SEPARATED INTO VARIOUS CLINS. CONTRACT #HSTS01-08-D-HRM010 CO: CHARLES STRICKLAND CS: MARY EARNHART PM: MOHAMMED TAHER COR: RENEE ROWLAND
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $38.4 million to LEIDOS INC for work described as: IGF::CT::IGF THE PURPOSE OF TASK ORDER HSTS01-16-J-HRM136 OF THE BASE IDIQ CONTRACT HSTS01-08-D-HRM010 IS TO FUND THE BASE PERIOD OF THE EXTENSION OF SERVICES. THE BASE EXTENSION WILL BE FOR 3 MONTHS WITH THE PERIOD OF PERFORMANCE FROM JANUARY 2, 2017 TO MARCH 31, 2017. THE FUNDI… Key points: 1. Contract focuses on Human Resources Consulting Services, indicating a need for specialized expertise. 2. The award is a delivery order against a larger IDIQ contract, suggesting a pre-vetted vendor. 3. A short 3-month base extension period implies a potential for follow-on work or a transition. 4. The fixed-price award fee contract type aims to incentivize performance while managing costs. 5. The contract is awarded to Leidos Inc., a significant player in government contracting. 6. The geographic location of performance is Virginia.
Value Assessment
Rating: fair
The contract value of $38.4 million for a 3-month extension appears high for HR consulting services, especially when considering the base IDIQ contract's overall value and duration. Benchmarking against similar HR consulting contracts for government agencies of this size and scope would be necessary to determine if this represents a fair price for the services rendered. Without more detailed service descriptions and performance metrics, a precise value-for-money assessment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. However, as a delivery order against an existing IDIQ contract, the initial competition for the base IDIQ likely determined the pool of eligible bidders. The specific number of bidders for this particular delivery order is not provided, but the 'full and open' designation suggests a competitive process was followed.
Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to better pricing and service quality. This approach ensures that the government is not limited to a single provider, potentially driving down costs through market forces.
Public Impact
The Department of Homeland Security, specifically the Transportation Security Administration, is the primary beneficiary of these HR consulting services. The services are intended to support the extension of existing HR functions, likely impacting workforce management and administrative operations. Performance is located in Virginia, suggesting a direct impact on the local workforce and economy in that region. The contract supports the operational needs of a federal agency, ensuring continuity of essential HR functions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The high dollar amount for a short 3-month extension warrants scrutiny to ensure cost-effectiveness.
- Lack of detailed service breakdown makes it difficult to assess the true value and necessity of the expenditure.
- Reliance on a single IDIQ contract may limit the agency's ability to explore newer or more specialized HR solutions from a wider market.
Positive Signals
- Awarded through full and open competition, suggesting a fair and transparent initial selection process.
- The use of a fixed-price award fee contract structure can align contractor incentives with performance goals.
- Leidos Inc. is an established government contractor with a track record, potentially indicating reliability.
Sector Analysis
This contract falls within the professional services sector, specifically Human Resources Consulting. The government frequently procures HR services to manage its large workforce, covering areas like recruitment, compensation, benefits, and employee relations. The market for these services is competitive, with numerous large and small businesses offering specialized expertise. This particular award is a task order against a larger Indefinite Delivery/Indefinite Quantity (IDIQ) contract, a common vehicle for agencies to procure a range of services over time from pre-qualified vendors.
Small Business Impact
The data indicates that small business participation (ss: false, sb: false) was not a specific set-aside requirement for this particular delivery order. While the base IDIQ contract might have had small business considerations, this specific award does not appear to prioritize small business set-asides. This means that subcontracting opportunities for small businesses may be limited unless Leidos Inc. voluntarily includes them in its execution plan.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's internal contracting and program management offices. The Transportation Security Administration (TSA) would also have oversight responsibilities. As this is a task order under an IDIQ, the original IDIQ contract likely established some baseline oversight mechanisms. Transparency is generally maintained through contract award databases, but detailed performance reports and specific oversight activities are often internal to the agency.
Related Government Programs
- Human Resources Management Services
- Professional Services Contracts
- Department of Homeland Security Contracts
- Transportation Security Administration Contracts
- IDIQ Contract Task Orders
Risk Flags
- High cost for short duration
- Lack of detailed service description
- Potential for uncompetitive pricing on extension
Tags
dhs, transportation-security-administration, human-resources, consulting-services, fixed-price-award-fee, delivery-order, full-and-open-competition, leidos-inc, virginia, professional-services, task-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $38.4 million to LEIDOS INC. IGF::CT::IGF THE PURPOSE OF TASK ORDER HSTS01-16-J-HRM136 OF THE BASE IDIQ CONTRACT HSTS01-08-D-HRM010 IS TO FUND THE BASE PERIOD OF THE EXTENSION OF SERVICES. THE BASE EXTENSION WILL BE FOR 3 MONTHS WITH THE PERIOD OF PERFORMANCE FROM JANUARY 2, 2017 TO MARCH 31, 2017. THE FUNDING AMOUNT FOR THE PR WILL BE $39,901,219 THAT WILL BE SEPARATED INTO VARIOUS CLINS. CONTRACT #HSTS01-08-D-HRM010 CO: CHARLES STRICKLAND CS: MARY EARNHART PM: MOHAMMED TAHER COR: RENEE ROWLAND
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 $38.4 million.
What is the period of performance?
Start: 2016-09-28. End: 2017-06-30.
What is the specific nature of the Human Resources Consulting Services being provided under this extension?
The provided data indicates that the purpose of Task Order HSTS01-16-J-HRM136 is to fund the base period of an extension of services for Human Resources Consulting. While the exact nature of these services is not detailed, they are likely related to ongoing HR functions such as workforce planning, personnel management, policy development, or administrative support within the Department of Homeland Security's Transportation Security Administration. The extension is for a 3-month period, suggesting it's either to bridge a gap until a new contract is awarded or to continue essential HR operations. Without further documentation, the specific deliverables and scope of work remain general.
How does the $38.4 million cost for a 3-month extension compare to typical HR consulting rates for federal agencies?
The cost of $38.4 million for a 3-month HR consulting extension appears substantial. To benchmark this effectively, one would need to compare it against similar contracts awarded by DHS or other large federal agencies for comparable HR services. Factors such as the number of personnel involved, the complexity of the HR issues addressed, and the specific expertise required would influence the cost. A preliminary assessment suggests this rate is high, potentially exceeding typical monthly expenditures for HR consulting unless it encompasses a very broad scope or a large team of high-level consultants. Further analysis of the contract's CLIN structure and service details is needed for a definitive comparison.
What is Leidos Inc.'s track record with the Department of Homeland Security and HR consulting services?
Leidos Inc. is a major government contractor with a significant presence across various federal agencies, including the Department of Homeland Security (DHS). They have a broad portfolio of services, often including IT, logistics, and professional services. While specific details on their HR consulting performance within DHS are not provided in this data snippet, their status as a large, established contractor suggests they have experience managing complex government contracts. A deeper dive into past performance evaluations and contract history with DHS would be necessary to fully assess their track record specifically for HR consulting services under similar IDIQ vehicles.
What are the potential risks associated with extending HR consulting services through a delivery order on an existing IDIQ?
One primary risk is the potential for the government to pay a premium compared to re-competing the requirement on the open market, especially if the original IDIQ competition was not recent or if market conditions have changed. There's also a risk of 'scope creep' if the extension is not tightly managed, leading to costs exceeding the initial estimates. Furthermore, relying on an extension might delay the implementation of potentially more innovative or cost-effective solutions that could be identified through a new, targeted procurement. Ensuring the continued relevance and effectiveness of the services provided under the existing contract framework is crucial.
What does the 'Fixed Price Award Fee' contract type imply for performance and cost control?
A Fixed Price Award Fee (FPAF) contract type means that the contractor, Leidos Inc., is paid a fixed price for performing the services. Additionally, they have the potential to earn an 'award fee' based on meeting or exceeding specific performance objectives defined in the contract. This structure aims to incentivize high performance by offering financial rewards beyond the basic contract price. For cost control, the fixed-price component provides a baseline budget. However, the award fee component means the final cost could be higher than the base fixed price if performance targets are met, requiring careful monitoring of performance metrics to ensure value for money.
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: FIXED PRICE AWARD FEE (M)
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: $38,424,784
Exercised Options: $38,424,784
Current Obligation: $38,424,725
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: 2016-09-28
Current End Date: 2017-06-30
Potential End Date: 2017-06-30 12:00:00
Last Modified: 2023-09-29
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)