Army Awards $28.9M SIGINT Support Task Order to Leidos Under Full and Open Competition
Contract Overview
Contract Amount: $28,956,322 ($29.0M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Defense
Start Date: 2025-01-06
End Date: 2027-01-05
Contract Duration: 729 days
Daily Burn Rate: $39.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Defense
Official Description: THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE SIGNALS-INTELLIGENCE (SIGINT) SUPPORT.
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20190
State: Virginia Government Spending
Plain-Language Summary
Department of Defense obligated $29.0 million to LEIDOS, INC. for work described as: THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE SIGNALS-INTELLIGENCE (SIGINT) SUPPORT. Key points: 1. Leidos secures a significant contract for crucial Signals Intelligence (SIGINT) support. 2. The award falls under the "Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing" NAICS code. 3. Full and open competition suggests a potentially competitive bidding process, aiming for fair market value. 4. The contract's duration of approximately two years warrants monitoring for performance and cost control.
Value Assessment
Rating: good
The contract value of $28.9M over two years appears reasonable for specialized SIGINT support. Benchmarking against similar intelligence support 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, indicating multiple bidders likely participated. This method generally promotes competitive pricing and allows the government to select the best value offering.
Taxpayer Impact: The competitive nature of the award is expected to yield a fair price, maximizing taxpayer value for essential SIGINT capabilities.
Public Impact
Enhances national security through advanced Signals Intelligence capabilities. Supports Department of the Army operations with critical intelligence gathering. Potential for technological advancements in SIGINT through contractor innovation. Ensures continued operational readiness for military intelligence units.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee (CPFF) contract type can incentivize cost overruns if not closely managed.
- Reliance on a single contractor for a critical function like SIGINT support carries inherent risk.
- The specific deliverables and performance metrics need thorough oversight to ensure effectiveness.
Positive Signals
- Awarded under full and open competition, suggesting a competitive process.
- Leidos is a well-established defense contractor with relevant expertise.
- The contract supports critical national security functions for the Department of the Army.
Sector Analysis
This contract falls within the defense sector, specifically focusing on intelligence and electronic warfare systems. Spending in this area is driven by evolving threats and the need for advanced technological capabilities to maintain situational awareness and superiority.
Small Business Impact
The data provided does not indicate any specific subcontracting goals for small businesses on this task order. Further investigation would be needed to determine the extent of small business participation.
Oversight & Accountability
The Cost Plus Fixed Fee (CPFF) contract type necessitates robust oversight from the Department of the Army to manage costs effectively and ensure contractor performance aligns with the fixed fee objectives. Regular reviews and audits will be crucial.
Related Government Programs
- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Cost overruns due to CPFF structure.
- Potential for vendor lock-in if capabilities are highly specialized.
- Effectiveness of SIGINT support in rapidly evolving threat environments.
- Adequacy of competition for future task orders under the parent contract.
- Cybersecurity risks associated with handling sensitive intelligence data.
Tags
search-detection-navigation-guidance-aer, department-of-defense, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $29.0 million to LEIDOS, INC.. THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE SIGNALS-INTELLIGENCE (SIGINT) SUPPORT.
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 $29.0 million.
What is the period of performance?
Start: 2025-01-06. End: 2027-01-05.
What specific SIGINT capabilities will Leidos provide, and how do these align with current and future Army intelligence requirements?
The task order specifies "Signals Intelligence (SIGINT) Support" without detailing specific capabilities. This could range from technical collection and analysis to operational support. Alignment with Army requirements would depend on the detailed PWS, which is not provided. Future needs might involve AI-driven analysis, advanced signal processing, or support for new sensor platforms.
What are the key performance indicators (KPIs) for this contract, and how will their achievement be measured to ensure value for money?
Key Performance Indicators (KPIs) are not detailed in the provided data. Typically, for SIGINT support, KPIs might include data accuracy, timeliness of analysis, operational impact, and system uptime. The Army's contracting officer and technical team would be responsible for defining and monitoring these KPIs throughout the contract's duration to ensure Leidos meets performance expectations and delivers value.
Given the CPFF structure, what mechanisms are in place to prevent cost overruns and ensure efficient resource utilization by Leidos?
The Cost Plus Fixed Fee (CPFF) structure requires stringent oversight. The Army must implement detailed cost tracking, regular financial reviews, and performance-based milestone payments. Clear limitations on allowable costs and a strong incentive structure tied to efficient performance are crucial. Any deviations from the baseline cost estimate should trigger immediate review and justification.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
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, 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: $45,985,622
Exercised Options: $45,985,622
Current Obligation: $28,956,322
Subaward Activity
Number of Subawards: 14
Total Subaward Amount: $22,694,807
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W56KGY24D0001
IDV Type: IDC
Timeline
Start Date: 2025-01-06
Current End Date: 2027-01-05
Potential End Date: 2027-01-05 00:00:00
Last Modified: 2026-01-28
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 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)