Leidos awarded $57.5M for Army Biometrics Automated Toolset sustainment under GSA Alliant

Contract Overview

Contract Amount: $57,450,237 ($57.5M)

Contractor: Leidos, Inc.

Awarding Agency: Department of Defense

Start Date: 2017-05-18

End Date: 2022-05-17

Contract Duration: 1,825 days

Daily Burn Rate: $31.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: COST PLUS FIXED FEE

Sector: IT

Official Description: IGF::OT::IGF ESTABLISHMENT OF CONTRACT FOR BIOMETRICS AUTOMATED TOOLSET-ARMY (BAT-A) SUSTAINMENT, AWARDED UNDER THE GENERAL SERVICES ADMINISTRATION ALLIANT FOR A FIVE (5) YEARS PERIOD OF PERFORMANCE.

Place of Performance

Location: GAITHERSBURG, MONTGOMERY County, MARYLAND, 20879

State: Maryland Government Spending

Plain-Language Summary

Department of Defense obligated $57.5 million to LEIDOS, INC. for work described as: IGF::OT::IGF ESTABLISHMENT OF CONTRACT FOR BIOMETRICS AUTOMATED TOOLSET-ARMY (BAT-A) SUSTAINMENT, AWARDED UNDER THE GENERAL SERVICES ADMINISTRATION ALLIANT FOR A FIVE (5) YEARS PERIOD OF PERFORMANCE. Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract type is Cost Plus Fixed Fee, which can incentivize cost control but requires careful oversight. 3. Performance period of five years indicates a long-term need for these services. 4. The contract is a delivery order under a larger GSA Alliant contract, leveraging existing procurement vehicles. 5. The North American Industry Classification System (NAICS) code 541512 points to computer systems design services. 6. The awardee, Leidos, Inc., is a significant player in the government contracting space.

Value Assessment

Rating: fair

Benchmarking the value of this specific delivery order is challenging without detailed cost breakdowns and comparisons to similar biometrics sustainment contracts. The Cost Plus Fixed Fee (CPFF) structure requires diligent oversight to ensure costs remain reasonable and that the fixed fee is appropriate for the scope of work. Without more granular data on labor rates, overhead, and profit margins, a definitive value-for-money assessment is difficult. However, the total award amount over five years suggests a substantial investment in maintaining critical biometrics capabilities.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, indicating that all eligible responsible sources were permitted to submit offers. The fact that it was a delivery order under the GSA Alliant contract suggests that the initial Alliant contract itself underwent a competitive process. The number of bidders for this specific delivery order is not provided, but the 'full and open' designation generally implies a robust competition, which can lead to better price discovery and potentially more favorable terms for the government.

Taxpayer Impact: A full and open competition generally benefits taxpayers by fostering a competitive environment that can drive down costs and encourage innovation from multiple vendors, leading to better overall value.

Public Impact

The U.S. Army benefits from the continued sustainment and operational readiness of its Biometrics Automated Toolset (BAT-A). This contract ensures the availability of critical biometric identification and verification capabilities for military operations. The services delivered are essential for personnel tracking, force protection, and intelligence gathering. The primary geographic impact is within the Department of Defense's operational environments, wherever the Army deploys. Workforce implications include the need for specialized technical personnel at Leidos to support the BAT-A system.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Cost Plus Fixed Fee contracts require robust oversight to prevent cost overruns and ensure the fixed fee remains justified.
  • Lack of specific performance metrics makes it difficult to assess the efficiency and effectiveness of the sustainment services.
  • The long-term nature of the contract (5 years) could lead to vendor lock-in if not managed carefully.
  • Dependence on a single contractor for sustainment of a critical system poses a risk if the contractor faces financial or operational difficulties.

Positive Signals

  • Awarded under a GSA Alliant contract, leveraging an established and competitive procurement vehicle.
  • Full and open competition suggests a healthy market response and potential for competitive pricing.
  • The contract is for sustainment, indicating a focus on maintaining existing capabilities rather than developing new, potentially riskier, systems.
  • Leidos, Inc. is a large, established government contractor with significant experience in IT and defense sectors.

Sector Analysis

The contract falls within the IT services sector, specifically focusing on computer systems design and sustainment. The market for biometric technologies and related IT support services is growing, driven by increasing security needs across government and commercial sectors. The Department of Defense is a major consumer of such services. Comparable spending benchmarks for IT sustainment contracts of this duration and scope can vary widely based on system complexity and service level agreements, but this award represents a significant investment in maintaining a specialized capability.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). As a delivery order under the GSA Alliant contract, the primary awardee is Leidos, Inc., a large business. There is no explicit information provided regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless Leidos actively engages small businesses for subcontracting opportunities, which is not detailed in the provided data.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Army, with potential involvement from the General Services Administration (GSA) as the Alliant contract holder. The Cost Plus Fixed Fee (CPFF) structure necessitates close monitoring of costs incurred by Leidos to ensure they align with the contract's objectives and the fixed fee. Transparency is facilitated through contract reporting requirements, but detailed public access to cost breakdowns may be limited. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • GSA Alliant Government-Wide Acquisition Contracts (GWACs)
  • Biometrics Systems Sustainment
  • Department of Defense IT Services
  • Army Logistics and Readiness Systems
  • Computer Systems Design Services

Risk Flags

  • Cost Plus Fixed Fee contract type requires diligent oversight.
  • Lack of specific performance metrics.
  • Potential for vendor lock-in due to long-term contract.
  • Dependence on a single large contractor for critical system sustainment.

Tags

it-services, defense, department-of-defense, department-of-the-army, biometrics, sustainment, delivery-order, gsa-alliant, cost-plus-fixed-fee, full-and-open-competition, leidos-inc, maryland

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $57.5 million to LEIDOS, INC.. IGF::OT::IGF ESTABLISHMENT OF CONTRACT FOR BIOMETRICS AUTOMATED TOOLSET-ARMY (BAT-A) SUSTAINMENT, AWARDED UNDER THE GENERAL SERVICES ADMINISTRATION ALLIANT FOR A FIVE (5) YEARS PERIOD OF PERFORMANCE.

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 $57.5 million.

What is the period of performance?

Start: 2017-05-18. End: 2022-05-17.

What is the historical spending pattern for Biometrics Automated Toolset (BAT) sustainment by the Department of the Army?

Historical spending data for BAT sustainment prior to this $57.5 million award under the GSA Alliant contract is not explicitly provided. However, the establishment of a five-year delivery order suggests a continuous need for sustainment services. To understand the full historical pattern, one would need to examine previous contracts for BAT sustainment, potentially under different procurement vehicles or with different contractors. Analyzing these past expenditures would reveal trends in cost, duration, and the types of services procured, offering context for the current award's value and necessity. Without access to that historical data, it's difficult to ascertain if this award represents an increase, decrease, or stable level of investment in BAT sustainment.

How does the Cost Plus Fixed Fee (CPFF) structure impact contractor incentives and government oversight for this contract?

The Cost Plus Fixed Fee (CPFF) contract structure aims to provide the contractor with reimbursement for allowable costs incurred, plus a predetermined fixed fee representing profit. This structure incentivizes the contractor to control costs, as the fee remains constant regardless of the final cost. However, it can also create an incentive to increase costs to cover overhead or to justify the fixed fee. For the government, this necessitates robust oversight to ensure that all costs claimed are reasonable, allocable, and allowable, and that the contractor is performing efficiently. Regular audits, detailed cost reporting, and performance monitoring are crucial to manage the risks associated with CPFF contracts and ensure value for taxpayer money.

What are the specific performance metrics and Key Performance Indicators (KPIs) associated with this BAT-A sustainment contract?

The provided data does not specify the performance metrics or Key Performance Indicators (KPIs) for this Biometrics Automated Toolset-Army (BAT-A) sustainment contract. Typically, sustainment contracts for critical systems like BAT-A would include metrics related to system availability, uptime, response times for technical support, defect resolution rates, and successful implementation of updates or patches. The absence of this information in the summary data makes it challenging to quantitatively assess the contractor's performance and the overall effectiveness of the sustainment services being provided. A thorough review of the contract's Statement of Work (SOW) would be necessary to identify these specific performance expectations.

What is Leidos, Inc.'s track record with similar biometric or defense IT sustainment contracts?

Leidos, Inc. has a substantial track record in providing IT services, systems integration, and sustainment support to various government agencies, including the Department of Defense. While specific details on their past performance solely on biometric sustainment contracts are not in the provided data, their extensive experience with complex defense IT systems suggests a capability to manage such requirements. Leidos has been involved in numerous large-scale contracts for defense modernization, cybersecurity, and enterprise IT solutions. Their history includes managing long-term sustainment efforts for critical military platforms and software. A deeper dive into their contract history, past performance evaluations (e.g., CPARS), and specific project portfolios would offer a more precise assessment of their expertise in biometric system sustainment.

What is the estimated total cost of ownership for the BAT-A system over its lifecycle, considering this sustainment contract?

The provided data only details a single delivery order valued at approximately $57.5 million over five years for the sustainment of the Biometrics Automated Toolset-Army (BAT-A). This figure represents only a portion of the total cost of ownership (TCO) for the BAT-A system. The TCO would also include the initial acquisition costs of the system, any subsequent upgrades or enhancements, training, infrastructure, and potentially other support services not covered by this specific contract. To estimate the full lifecycle cost, one would need data on the system's initial procurement, its expected operational lifespan, and any other ongoing sustainment or modernization efforts. This $57.5 million figure provides a clear cost for the current sustainment phase but is insufficient on its own to calculate the overall TCO.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Leidos Holdings, Inc.

Address: 700 N FREDERICK AVE, GAITHERSBURG, MD, 20879

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $61,341,605

Exercised Options: $57,450,237

Current Obligation: $57,450,237

Actual Outlays: $115,373

Subaward Activity

Number of Subawards: 100

Total Subaward Amount: $12,824,193

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: GS00Q09BGD0039

IDV Type: GWAC

Timeline

Start Date: 2017-05-18

Current End Date: 2022-05-17

Potential End Date: 2022-05-17 12:05:00

Last Modified: 2025-09-29

More Contracts from Leidos, Inc.

View all Leidos, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending