DoD's $87M NMCI/ONENET Transition Plan Executed by Leidos, Inc
Contract Overview
Contract Amount: $87,185,350 ($87.2M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Defense
Start Date: 2020-09-18
End Date: 2021-09-30
Contract Duration: 377 days
Daily Burn Rate: $231.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: NMCI AND ONENET TRANS PLANNING AND EXEC.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20003
Plain-Language Summary
Department of Defense obligated $87.2 million to LEIDOS, INC. for work described as: NMCI AND ONENET TRANS PLANNING AND EXEC. Key points: 1. Contract awarded to Leidos, Inc. for $87.19M. 2. Focuses on Computer Systems Design Services for Navy's NMCI/ONENET. 3. Full and open competition was utilized. 4. Contract duration was 377 days.
Value Assessment
Rating: good
The contract value of $87.19M for a 377-day period appears reasonable for complex IT transition services. Benchmarking against similar large-scale IT infrastructure projects would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The use of full and open competition suggests a robust price discovery process. This method allows multiple qualified vendors to bid, potentially leading to more competitive pricing.
Taxpayer Impact: The competitive nature of the award is beneficial for taxpayers, as it likely resulted in a fair market price for the services rendered.
Public Impact
Ensures continuity of critical Navy IT networks (NMCI/ONENET). Supports the Department of Defense's operational readiness. Facilitates modernization and transition of IT infrastructure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in complex IT transitions.
- Dependence on a single contractor for critical network execution.
Positive Signals
- Utilized full and open competition.
- Clear contract objectives for network transition.
Sector Analysis
This contract falls within the IT sector, specifically focusing on computer systems design and integration for large-scale government networks. Spending in this area is substantial across federal agencies, driven by modernization needs and cybersecurity requirements.
Small Business Impact
The data indicates this was a large contract awarded to Leidos, Inc., with no specific mention of small business participation. Further analysis would be needed to determine if small businesses were involved as subcontractors.
Oversight & Accountability
The contract was awarded under full and open competition, suggesting a structured procurement process. Oversight would involve monitoring performance against the contract's transition and execution objectives.
Related Government Programs
- Computer Systems Design Services
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Large contract value.
- Complex IT transition scope.
- Potential for operational disruption.
- No explicit small business set-aside.
Tags
computer-systems-design-services, department-of-defense, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $87.2 million to LEIDOS, INC.. NMCI AND ONENET TRANS PLANNING AND EXEC.
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $87.2 million.
What is the period of performance?
Start: 2020-09-18. End: 2021-09-30.
What was the specific scope of the NMCI and ONENET transition plan, and how did it align with broader DoD IT modernization goals?
The transition plan likely encompassed the migration, integration, and operationalization of network services between the Navy Marine Corps Intranet (NMCI) and ONE NET. This would involve technical assessments, hardware/software deployment, user training, and decommissioning of legacy systems, all aimed at enhancing network security, performance, and cost-efficiency in line with the DoD's strategic IT modernization objectives.
What were the key performance indicators (KPIs) for this contract, and how was Leidos, Inc. evaluated on its execution?
Key performance indicators likely included successful migration timelines, network uptime and performance metrics post-transition, user satisfaction levels, and adherence to security protocols. Evaluation would involve regular performance reviews, milestone achievement tracking, and potentially user feedback mechanisms to ensure Leidos, Inc. met the contract's stringent requirements for a seamless and secure network transition.
Were there any identified risks during the transition, and what mitigation strategies were employed by the Department of the Navy?
Potential risks could include cybersecurity vulnerabilities during migration, disruption to critical Navy operations, cost overruns, or integration challenges with existing systems. Mitigation strategies might have involved phased rollouts, robust testing protocols, dedicated cybersecurity teams, contingency planning for service disruptions, and close collaboration between Leidos and Navy IT personnel.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: N0003918R0005
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 11951 FREEDOM DR FL 15, RESTON, VA, 20190
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $87,185,350
Exercised Options: $87,185,350
Current Obligation: $87,185,350
Subaward Activity
Number of Subawards: 56
Total Subaward Amount: $34,936,090
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N0003920D0054
IDV Type: IDC
Timeline
Start Date: 2020-09-18
Current End Date: 2021-09-30
Potential End Date: 2021-09-30 00:00:00
Last Modified: 2021-09-28
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 Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)