TSA Spends $27.1M on Explosive Detection System Maintenance via Not Competed Contract
Contract Overview
Contract Amount: $27,116,882 ($27.1M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2013-06-28
End Date: 2014-07-18
Contract Duration: 385 days
Daily Burn Rate: $70.4K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Manufacturing
Official Description: IGF::OT::IGF THE PURPOSE OF DELIVERY ORDER HSTS04-13-J-CT3042 (DO 4) AGAINST CONTRACT HSTS04-11-D-CT3118 IS TO PROCURE SERVICES NECESSARY FOR THE PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE OF SAIC REDUCED-SIZE EXPLOSIVE DETECTION SYSTEMS (EDS) AND ASSOCIATED PERIPHERAL EQUIPMENT DEPLOYED AND OPERATED BY THE TRANSPORTATION SECURITY ADMINISTRATION (TSA).
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92121, UNITED STATES OF AMERICA
Plain-Language Summary
Department of Homeland Security obligated $27.1 million to LEIDOS, INC. for work described as: IGF::OT::IGF THE PURPOSE OF DELIVERY ORDER HSTS04-13-J-CT3042 (DO 4) AGAINST CONTRACT HSTS04-11-D-CT3118 IS TO PROCURE SERVICES NECESSARY FOR THE PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE OF SAIC REDUCED-SIZE EXPLOSIVE DETECTION SYSTEMS (EDS) AND ASSOCIATED PERIPHERAL EQU… Key points: 1. High contract value for specialized maintenance services. 2. Sole-source award to Leidos, Inc. raises competition concerns. 3. Risk of inflated costs due to lack of competitive bidding. 4. Sector: Manufacturing (specifically, Other Miscellaneous Manufacturing).
Value Assessment
Rating: questionable
The contract value of $27.1M for EDS maintenance is substantial. Without competitive data, it's difficult to assess if this price is reasonable compared to similar maintenance contracts for specialized equipment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for the government as there is no market pressure to offer competitive pricing.
Taxpayer Impact: The lack of competition may result in taxpayers paying more than necessary for these essential maintenance services.
Public Impact
Ensures continued operational readiness of critical explosive detection systems at transportation hubs. Potential for increased security risks if maintenance is not performed effectively due to cost pressures or lack of vendor innovation. Impacts TSA's ability to maintain a safe and secure transportation environment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for cost overruns
- Sole-source award
Positive Signals
- Essential service for national security
- Maintains critical infrastructure
Sector Analysis
This contract falls under the 'All Other Miscellaneous Manufacturing' sector. Spending in this area often involves specialized equipment and services, where maintenance can be a significant long-term cost. Benchmarks are difficult without more specific data.
Small Business Impact
The contract was awarded to Leidos, Inc., a large business. There is no indication that small businesses were involved in this specific procurement, missing an opportunity for their participation.
Oversight & Accountability
The contract was awarded via a delivery order against an existing contract. Oversight should focus on the justification for the sole-source award and the reasonableness of the pricing throughout the performance period.
Related Government Programs
- All Other Miscellaneous Manufacturing
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Sole-source award limits competition.
- Potential for higher costs due to lack of competitive pricing.
- No small business participation noted.
- Contract duration is relatively short (approx. 1 year), but the value is high.
- Need for strong oversight to ensure value for money.
Tags
all-other-miscellaneous-manufacturing, department-of-homeland-security, ca, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $27.1 million to LEIDOS, INC.. IGF::OT::IGF THE PURPOSE OF DELIVERY ORDER HSTS04-13-J-CT3042 (DO 4) AGAINST CONTRACT HSTS04-11-D-CT3118 IS TO PROCURE SERVICES NECESSARY FOR THE PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE OF SAIC REDUCED-SIZE EXPLOSIVE DETECTION SYSTEMS (EDS) AND ASSOCIATED PERIPHERAL EQUIPMENT DEPLOYED AND OPERATED BY THE TRANSPORTATION SECURITY ADMINISTRATION (TSA).
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 $27.1 million.
What is the period of performance?
Start: 2013-06-28. End: 2014-07-18.
What is the justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was 'NOT COMPETED'. A detailed justification would be required from the agency explaining why competition was not feasible or practicable for these specific maintenance services. This could involve proprietary technology, unique expertise, or urgent needs that preclude a competitive process.
How does the $27.1M cost compare to industry benchmarks for similar EDS maintenance contracts?
Without access to proprietary industry data or comparable government contracts, a precise benchmark is unavailable. However, the significant value suggests that the government should have sought competitive bids to ensure cost-effectiveness, unless specific circumstances justified a sole-source award.
What are the potential risks to national security if these maintenance services are not adequately provided?
Failure to adequately maintain the Explosive Detection Systems (EDS) could lead to system malfunctions, reduced detection capabilities, and potential security breaches at transportation facilities. This directly impacts the TSA's mission to ensure public safety and prevent acts of terrorism.
Industry Classification
NAICS: Manufacturing › Other Miscellaneous Manufacturing › All Other Miscellaneous Manufacturing
Product/Service Code: QUALITY CONTROL, TEST, INSPECTION › QUALITY CONTROL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
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: $27,116,882
Exercised Options: $27,116,882
Current Obligation: $27,116,882
Subaward Activity
Number of Subawards: 5
Total Subaward Amount: $744,511
Contract Characteristics
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSTS0411DCT3118
IDV Type: IDC
Timeline
Start Date: 2013-06-28
Current End Date: 2014-07-18
Potential End Date: 2014-07-18 00:00:00
Last Modified: 2016-05-24
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)