DoD Awards $11.88M for Software Lifecycle Support to Leidos, Inc. via Full and Open Competition
Contract Overview
Contract Amount: $11,878,036 ($11.9M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Defense
Start Date: 2025-04-01
End Date: 2026-03-31
Contract Duration: 364 days
Daily Burn Rate: $32.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: W15P7T-25-F-0117 ON IDIQ W15P7T-24-D-0007 IS TO FUND SERVICES IN SUPPORT OF THE LIFE CYCLE SOFTWARE SOLUTIONS, MANAGEMENT, POST DEVELOPMENT SOFTWARE SUPPORT AND POST PRODUCTION SOFTWARE SUPPORT MAINTENANCE AND SUSTAINMENT,AND FOREIGN MILITARY SALES.
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20190
State: Virginia Government Spending
Plain-Language Summary
Department of Defense obligated $11.9 million to LEIDOS, INC. for work described as: W15P7T-25-F-0117 ON IDIQ W15P7T-24-D-0007 IS TO FUND SERVICES IN SUPPORT OF THE LIFE CYCLE SOFTWARE SOLUTIONS, MANAGEMENT, POST DEVELOPMENT SOFTWARE SUPPORT AND POST PRODUCTION SOFTWARE SUPPORT MAINTENANCE AND SUSTAINMENT,AND FOREIGN MILITARY SALES. Key points: 1. Contract focuses on comprehensive software lifecycle management and support. 2. Leidos, Inc. is the awardee, indicating established capabilities in this domain. 3. Full and open competition suggests a robust price discovery process. 4. The sector is IT services, a critical area for defense operations.
Value Assessment
Rating: good
The contract is a delivery order under an IDIQ, making direct pricing comparisons difficult without the base contract details. However, the Cost Plus Fixed Fee (CPFF) structure allows for cost control while incentivizing efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition, which typically leads to competitive pricing. The IDIQ structure allows for multiple task orders, potentially driving further price optimization over time.
Taxpayer Impact: Competitive bidding is expected to yield fair market value, ensuring taxpayer funds are used efficiently for essential software support services.
Public Impact
Ensures continuity of critical software systems for the Department of the Army. Supports Foreign Military Sales, contributing to international defense partnerships. Maintains and sustains software, reducing the risk of system obsolescence or failure. Provides post-development and post-production support, crucial for operational readiness.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- CPFF contracts require careful monitoring to prevent cost overruns.
- Reliance on a single vendor for critical software support could pose long-term risks.
Positive Signals
- Full and open competition is a positive signal for price reasonableness.
- IDIQ contract vehicle allows for flexibility and potential future competition.
- Focus on lifecycle support indicates a strategic approach to IT asset management.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on engineering and software lifecycle management. Spending in this area is substantial across government agencies, with benchmarks varying based on complexity and scope.
Small Business Impact
The awardee is Leidos, Inc., a large business. There is no explicit mention of small business participation in this specific delivery order, which warrants further review to ensure opportunities are provided where feasible.
Oversight & Accountability
As a delivery order under an IDIQ, oversight is likely managed through the base contract's framework. The Department of the Army's contracting office is responsible, with potential for program management reviews.
Related Government Programs
- Engineering Services
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Potential for cost overruns in CPFF contract.
- Lack of explicit small business participation.
- Dependency on a single vendor for critical software sustainment.
- Scope creep risk without clear performance metrics.
Tags
engineering-services, department-of-defense, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $11.9 million to LEIDOS, INC.. W15P7T-25-F-0117 ON IDIQ W15P7T-24-D-0007 IS TO FUND SERVICES IN SUPPORT OF THE LIFE CYCLE SOFTWARE SOLUTIONS, MANAGEMENT, POST DEVELOPMENT SOFTWARE SUPPORT AND POST PRODUCTION SOFTWARE SUPPORT MAINTENANCE AND SUSTAINMENT,AND FOREIGN MILITARY SALES.
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 Army).
What is the total obligated amount?
The obligated amount is $11.9 million.
What is the period of performance?
Start: 2025-04-01. End: 2026-03-31.
What is the total value of the base IDIQ contract, and how does this delivery order represent a significant portion of it?
The provided data only details this specific delivery order's value ($11.88M). The total value of the base IDIQ contract (W15P7T-24-D-0007) is not specified. Understanding the base contract's ceiling and remaining capacity is crucial to assess the long-term commitment and potential for future orders.
How will the Cost Plus Fixed Fee (CPFF) structure be monitored to ensure cost efficiency and prevent potential overruns, especially given the multi-year support requirement?
Effective oversight of a CPFF contract involves rigorous tracking of direct and indirect costs, regular audits, and performance reviews against fixed fee milestones. The Department of the Army should implement robust financial tracking mechanisms and require detailed cost reporting from Leidos, Inc. to ensure value for money.
What are the key performance indicators (KPIs) for this contract, and how will they be measured to ensure the effectiveness of software lifecycle management and support services?
Key performance indicators should include metrics such as system uptime, response times for support requests, successful software updates/patches, and adherence to security protocols. Regular performance assessments against these KPIs, documented through performance reports, will be essential to gauge the contractor's effectiveness.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 1750 PRESIDENTS ST FL 10, 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: $11,878,036
Exercised Options: $11,878,036
Current Obligation: $11,878,036
Subaward Activity
Number of Subawards: 5
Total Subaward Amount: $1,390,506
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: W15P7T24D0007
IDV Type: IDC
Timeline
Start Date: 2025-04-01
Current End Date: 2026-03-31
Potential End Date: 2026-03-31 12:03:00
Last Modified: 2025-12-04
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)