Leidos awarded $60.6M for VCS BPA Repositories Task Order by the VA
Contract Overview
Contract Amount: $60,634,299 ($60.6M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2008-09-29
End Date: 2014-08-04
Contract Duration: 2,135 days
Daily Burn Rate: $28.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Sector: IT
Official Description: VCS BPA REPOSITORIES TASK ORDER
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
Department of Veterans Affairs obligated $60.6 million to LEIDOS, INC. for work described as: VCS BPA REPOSITORIES TASK ORDER Key points: 1. Contract value represents a significant investment in IT infrastructure for the VA. 2. The task order was awarded under a broader BPA, suggesting a pre-established relationship and potentially streamlined procurement. 3. The duration of the contract (over 6 years) indicates a long-term need for these services. 4. The awardee, Leidos, is a major government contractor with a substantial presence in the IT sector. 5. The contract's focus on 'Repositories' suggests data management, storage, or retrieval services. 6. The task order was competed, but with exclusions, warranting a closer look at the competition dynamics.
Value Assessment
Rating: good
The total award amount of $60.6 million over approximately six years for IT repositories suggests a moderate per-year expenditure. Benchmarking against similar large-scale IT infrastructure contracts within the federal government would be necessary for a precise value-for-money assessment. However, the use of a BPA implies some level of pre-negotiated pricing, which can contribute to cost efficiencies. Without specific details on the services rendered and the technology deployed, a definitive value assessment is challenging, but the scale of the award indicates a substantial requirement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This task order was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the initial BPA may have been competed broadly, this specific task order had limitations on which vendors could participate. The exclusion of certain sources suggests a specific technical requirement or a pre-existing relationship that narrowed the competitive pool. The number of bidders is not specified, but the limited nature of the competition could potentially impact price discovery compared to a truly full and open competition.
Taxpayer Impact: The exclusion of sources means taxpayers may not have benefited from the widest possible range of competitive bids, potentially leading to a higher price than if all qualified vendors had been allowed to compete.
Public Impact
Veterans will benefit from improved IT infrastructure supporting VA services. The contract supports the delivery of computer and software-related services. The geographic impact is likely nationwide, given the VA's scope. Workforce implications may include IT specialists and support staff employed by Leidos and potentially subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition for the task order could lead to less favorable pricing for the government.
- The long contract duration might present risks if technology rapidly evolves beyond the scope of the original agreement.
- Lack of specific performance metrics in the provided data makes it difficult to assess contractor performance objectively.
- The 'exclusion of sources' needs further investigation to understand if it was justified and did not unduly restrict competition.
Positive Signals
- Awarded under a BPA, suggesting a streamlined and potentially more efficient procurement process.
- Leidos is an established contractor with a proven track record in government IT services.
- The significant investment indicates the VA's commitment to modernizing its IT systems.
- The contract duration implies a stable and predictable IT support environment for the VA.
Sector Analysis
The IT services sector for the federal government is vast, with significant spending on software, hardware, and related support. This contract falls within the broader category of IT infrastructure and software services, a critical area for agencies like the VA. Comparable spending benchmarks would involve looking at other large task orders for IT repositories or data management solutions awarded to major IT contractors within the federal space. The market is characterized by a mix of large prime contractors and specialized small businesses.
Small Business Impact
The provided data indicates that small business participation (sb) was false, and there is no indication of a small business set-aside. This suggests that the contract was not specifically targeted towards small businesses. Subcontracting opportunities for small businesses may exist, but they are not explicitly detailed in this summary. The overall impact on the small business ecosystem for this specific task order appears minimal based on the available information.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Veterans Affairs' contracting officers and program managers. Inspector General (IG) jurisdiction would likely apply, with the VA Office of Inspector General responsible for investigating fraud, waste, and abuse. Transparency is generally facilitated through contract databases like FPDS, where basic award information is publicly available. However, detailed performance reports and specific oversight activities are often internal to the agency.
Related Government Programs
- VA IT Modernization Initiatives
- Enterprise IT Services Contracts
- Data Management and Storage Solutions
- Cloud Computing Services (potential overlap)
- Software Licensing and Maintenance
Risk Flags
- Limited competition
- Lack of detailed performance metrics
- Potential for technology obsolescence over contract duration
Tags
it-services, va, department-of-veterans-affairs, task-order, bpa, large-contract, limited-competition, computer-and-software-stores, district-of-columbia, leidos-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $60.6 million to LEIDOS, INC.. VCS BPA REPOSITORIES TASK ORDER
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $60.6 million.
What is the period of performance?
Start: 2008-09-29. End: 2014-08-04.
What specific services are included under the 'VCS BPA REPOSITORIES TASK ORDER' and how do they align with the VA's overall IT strategy?
The 'VCS BPA REPOSITORIES TASK ORDER' likely pertains to services related to the management, storage, retrieval, and maintenance of data repositories within the VA's Virtual Computer Services (VCS) BPA. This could encompass a range of activities such as data archiving, database management, secure storage solutions, and potentially the implementation or upgrade of repository software. These services are crucial for supporting the VA's mission-critical functions, including electronic health records, benefits processing, and administrative operations. Aligning with the VA's IT strategy would involve ensuring these repositories support data accessibility, security, interoperability, and scalability objectives, contributing to the agency's broader digital transformation efforts.
How does the $60.6 million award compare to other similar IT repository contracts awarded by the VA or other large federal agencies?
A direct comparison of the $60.6 million award for this specific task order requires identifying comparable contracts based on scope, duration, and services. Given the contract's duration of over six years, the annual average is approximately $10 million. This figure is substantial but not extraordinary within the context of large federal IT procurements. For instance, other agencies might award similar amounts for enterprise data warehousing, cloud storage solutions, or large-scale document management systems. The VA itself likely has other large IT contracts that could serve as benchmarks. Without access to detailed service descriptions and specific performance metrics for this task order, a precise value-for-money comparison is difficult, but the award falls within the range of significant IT infrastructure investments.
What are the key performance indicators (KPIs) used to measure the success of this task order, and what has been Leidos's performance against them?
The provided data does not include specific Key Performance Indicators (KPIs) for this task order. Typically, for IT repository contracts, KPIs might include data availability and uptime percentages, data retrieval times, system response times, data integrity metrics, security compliance rates, and user satisfaction scores. Measuring Leidos's performance against these would require access to contract performance reports, quality assurance surveillance plans (QASPs), or agency performance evaluations. In the absence of this information, assessing the contractor's success is speculative. However, the fact that the contract was awarded under a BPA and has a long duration might suggest satisfactory performance to date, though this is not a definitive indicator.
What is the historical spending pattern for the VCS BPA, and how does this task order fit into the overall expenditure?
The provided data indicates the base contract (BPA) start date was 2008-09-29 and the task order end date was 2014-08-04, with a duration of 2135 days (approximately 5.8 years). The total award amount for this specific task order is $60,634,299.08. To understand the historical spending pattern for the VCS BPA, one would need to examine all task orders issued under that BPA. This task order represents a significant portion of the BPA's potential value, given its substantial dollar amount. Analyzing other task orders would reveal the types of services procured, the frequency of awards, and the total cumulative spending under the BPA, providing context for this specific task order's place within the VA's broader IT procurement landscape.
What specific 'sources' were excluded in the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' and what was the justification?
The data provided does not specify which 'sources' were excluded from the competition for this task order. The justification for such exclusions typically stems from unique technical requirements, specialized capabilities, or existing infrastructure compatibility that only certain vendors can meet. For example, if the task order involved integrating with a proprietary system or required specific security clearances only held by a limited number of firms, exclusions might be justified. Without further information from the contracting agency (Department of Veterans Affairs), the exact reasons and the specific vendors excluded remain unknown. This lack of transparency can raise concerns about whether the exclusions were truly necessary and did not unduly limit competition.
Industry Classification
NAICS: Retail Trade › Electronics and Appliance Stores › Computer and Software Stores
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 1710 SAIC DRIVE, ROOM #8032, MCLEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $60,634,299
Exercised Options: $60,634,299
Current Obligation: $60,634,299
Parent Contract
Parent Award PIID: V200P1750
IDV Type: BPA
Timeline
Start Date: 2008-09-29
Current End Date: 2014-08-04
Potential End Date: 2014-08-04 00:00:00
Last Modified: 2023-10-28
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 Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)