DoD's Navy Awards $21.7M for SMIT NMCI Services to Leidos, Inc
Contract Overview
Contract Amount: $21,747,739 ($21.7M)
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: $59.7K/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 $21.7 million to LEIDOS, INC. for work described as: SERVICE, MAPPING, INTEGRATION, AND TRANSPORT (SMIT) NMCI SERVICES. Key points: 1. Contract awarded to Leidos, Inc. for $21.7 million. 2. Service involves mapping, integration, and transport (SMIT) for NMCI. 3. Full and open competition was utilized. 4. Contract duration is 364 days, ending September 30, 2026. 5. The contract is a delivery order under an existing contract.
Value Assessment
Rating: good
The contract value of $21.7 million for a 364-day period appears reasonable for complex IT services. Benchmarking against similar large-scale IT service contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a robust process for price discovery and selection of the most advantageous offer. This method typically leads to competitive pricing.
Taxpayer Impact: The use of full and open competition is expected to yield fair pricing, maximizing taxpayer value for the IT services procured.
Public Impact
Ensures continued IT infrastructure support for the Navy. Supports critical mapping, integration, and transport services. Impacts users relying on NMCI services for daily operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in integration services.
- Dependence on a single vendor for critical NMCI functions.
Positive Signals
- Awarded via full and open competition.
- Clear service requirements for mapping, integration, and transport.
Sector Analysis
This contract falls within the IT services sector, specifically computer systems design. The value is moderate for a federal IT contract of this duration, reflecting the specialized nature of NMCI services.
Small Business Impact
The contract was awarded to Leidos, Inc., a large business. There is no indication of small business participation in this specific delivery order, which is common for large-scale IT service contracts.
Oversight & Accountability
The contract is a delivery order, implying it falls under a larger, pre-existing contract that has likely undergone initial oversight. Further oversight will focus on performance and adherence to the delivery order terms.
Related Government Programs
- Computer Systems Design Services
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Vendor lock-in potential
- Reliance on a single large business
- Scope definition for integration services
- Cybersecurity risks associated with data transport
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 $21.7 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 $21.7 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?
Assessing Leidos's past performance on comparable NMCI contracts is crucial. This includes evaluating their track record on meeting deadlines, budget adherence, service quality, and responsiveness to issues. Positive historical performance would indicate a lower risk for this delivery order, while any past deficiencies would warrant closer scrutiny and potentially more stringent oversight measures.
How does the pricing structure compare to industry benchmarks for similar IT integration and transport services?
A detailed pricing comparison against industry benchmarks for IT integration and transport services is essential. This involves analyzing labor rates, overhead, and profit margins to ensure the $21.7 million award represents fair and reasonable pricing. Deviations from benchmarks could signal potential overpricing or, conversely, exceptional value achieved through competitive bidding.
What are the key performance indicators (KPIs) for this contract and how will they be measured?
Defining and measuring clear Key Performance Indicators (KPIs) is vital for ensuring the effectiveness of the SMIT NMCI services. These KPIs should cover aspects like system uptime, integration success rates, data transport speed and reliability, and user satisfaction. Robust measurement mechanisms will allow the Department of the Navy to track performance accurately and hold Leidos accountable for delivering the contracted services.
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: $21,747,739
Exercised Options: $21,747,739
Current Obligation: $21,747,739
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: 2025-10-20
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)