DoD's Navy Awards $49M for SMIT NMCI Services to Leidos, Inc
Contract Overview
Contract Amount: $49,052,150 ($49.1M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Defense
Start Date: 2025-10-01
End Date: 2026-09-30
Contract Duration: 364 days
Daily Burn Rate: $134.8K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: SERVICE, MAPPING, INTEGRATION, AND TRANSPORT (SMIT) NMCI SERVICES
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20190
State: Virginia Government Spending
Plain-Language Summary
Department of Defense obligated $49.1 million to LEIDOS, INC. for work described as: SERVICE, MAPPING, INTEGRATION, AND TRANSPORT (SMIT) NMCI SERVICES Key points: 1. Contract value of $49.05M for 1-year duration. 2. Leidos, Inc. is the incumbent contractor. 3. Full and open competition was utilized. 4. The contract is for Computer Systems Design Services.
Value Assessment
Rating: good
The contract value of $49.05M for a 1-year term appears reasonable given the scope of mapping, integration, and transport services. Benchmarking against similar large-scale IT service contracts 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 vendors to bid, potentially driving down costs and ensuring fair market pricing.
Taxpayer Impact: The competitive bidding process is expected to yield a fair price, maximizing taxpayer value for the critical IT services provided.
Public Impact
Ensures continuity of essential IT services for the Navy. Supports critical mapping, integration, and transport functions. Impacts Navy's operational readiness and technological infrastructure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if services are highly specialized.
- Reliance on a single contractor for critical IT infrastructure.
Positive Signals
- Full and open competition promotes market fairness.
- Firm Fixed Price contract provides cost certainty.
Sector Analysis
This contract falls within the IT sector, specifically computer systems design services. The value is moderate for a government-wide IT services contract, but significant for a specific delivery order.
Small Business Impact
The data indicates that small businesses were not directly involved in this specific award, as it was awarded to Leidos, Inc. Further analysis would be needed to determine if small business subcontracting opportunities exist within this contract.
Oversight & Accountability
The contract was awarded under full and open competition, suggesting a structured procurement process. Oversight will be crucial to ensure service delivery meets Navy requirements and stays within budget.
Related Government Programs
- Computer Systems Design Services
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Incumbent contractor may have pricing advantages.
- Potential for scope creep in complex IT services.
- Dependence on a single vendor for critical infrastructure.
- Cybersecurity risks associated with IT service provision.
Tags
computer-systems-design-services, department-of-defense, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $49.1 million to LEIDOS, INC.. SERVICE, MAPPING, INTEGRATION, AND TRANSPORT (SMIT) NMCI SERVICES
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 $49.1 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-09-30.
What is the historical performance of Leidos, Inc. on similar NMCI contracts?
Historical performance data for Leidos, Inc. on similar NMCI contracts would be crucial for assessing reliability and value. Past performance reviews, contract modifications, and on-time delivery metrics can indicate their capability to meet the demanding requirements of the Department of the Navy. This information helps determine if the current award represents a continuation of successful service or a potential risk.
How does the pricing structure compare to industry benchmarks for similar IT integration and transport services?
Comparing the firm fixed price to industry benchmarks for comparable IT integration and transport services is essential for value assessment. Analyzing per-unit costs for specific services, labor rates, and overhead allocations against market data can reveal potential overpricing or cost efficiencies. This comparison ensures the government is not paying a premium and is achieving competitive rates.
What are the key performance indicators (KPIs) for this contract and how will they be monitored?
Understanding the key performance indicators (KPIs) and their monitoring mechanisms is vital for ensuring contract effectiveness. KPIs should align with the Navy's needs for mapping, integration, and transport services, covering aspects like uptime, response times, and data integrity. Robust monitoring by the contracting officer ensures accountability and allows for timely intervention if performance deviates from expectations.
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 › IT AND TELECOM - APLLICATIONS
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.
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: $49,052,150
Exercised Options: $49,052,150
Current Obligation: $49,052,150
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N0003920D0054
IDV Type: IDC
Timeline
Start Date: 2025-10-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2025-12-29
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 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)