Leidos Inc. awarded $3.49M contract for relocatable VAICS by Department of the Army
Contract Overview
Contract Amount: $34,893,780 ($34.9M)
Contractor: Leidos Inc
Awarding Agency: Department of Defense
Start Date: 2007-08-29
End Date: 2010-12-31
Contract Duration: 1,220 days
Daily Burn Rate: $28.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: RELOCATABLE VAICS
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92121
Plain-Language Summary
Department of Defense obligated $34.9 million to LEIDOS INC for work described as: RELOCATABLE VAICS Key points: 1. Contract awarded under full and open competition, suggesting a competitive bidding process. 2. The contract value of $3.49 million is modest, indicating a specific, potentially niche requirement. 3. Fixed-price contract type suggests cost risks are largely borne by the contractor. 4. The duration of 1220 days (over 3 years) indicates a sustained need for the services or goods. 5. Awarded by the Department of the Army, aligning with defense sector needs. 6. The North American Industry Classification System (NAICS) code 334519 points to manufacturing of measuring and controlling devices.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without specific details on the 'RELOCATABLE VAICS' and their intended use. The fixed-price nature is generally favorable for the government, shifting cost overrun risks to the contractor. However, without comparable contract data or detailed performance metrics, a definitive assessment of value for money is difficult. The contract value itself is relatively small, suggesting it may be for a limited quantity or specialized application.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION,' indicating that all responsible sources were permitted to submit bids. The presence of 2 bids suggests a moderate level of competition for this requirement. While two bidders participated, the extent of the competition and the nature of the market for these specific 'RELOCATABLE VAICS' would determine if this level of competition was sufficient to drive optimal pricing.
Taxpayer Impact: A competitive bidding process generally benefits taxpayers by encouraging lower prices and better terms. The fact that there were at least two offers suggests that the government received multiple proposals, potentially leading to a more cost-effective outcome than a sole-source award.
Public Impact
The Department of the Army is the primary beneficiary, receiving the relocatable VAICS. The services delivered likely involve the provision and potentially installation/maintenance of specialized measurement and control devices. The geographic impact is likely concentrated within areas of operation for the Department of the Army. Workforce implications could include manufacturing, logistics, and technical support roles related to the VAICS.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics makes it difficult to assess the contractor's track record on this specific contract.
- The specific nature of 'RELOCATABLE VAICS' is not detailed, making it hard to gauge the complexity and associated risks.
- Limited competition (2 bidders) might indicate a niche market or potential barriers to entry for other firms.
Positive Signals
- Awarded under full and open competition, indicating a fair opportunity for multiple vendors.
- Fixed-price contract type generally aligns government and contractor incentives towards cost control.
- The contract duration suggests a stable, ongoing requirement, providing predictability for the contractor and potentially the government.
Sector Analysis
The contract falls under the manufacturing sector, specifically related to measuring and controlling devices (NAICS 334519). This sector is crucial for various industries, including defense, where precise instrumentation is vital for operations, testing, and monitoring. The market for such devices can range from highly specialized, low-volume production to broader applications. Benchmarking spending in this specific niche is difficult without more granular data on the 'VAICS' themselves.
Small Business Impact
There is no indication that this contract was set aside for small businesses, nor is there information on subcontracting plans. Given the contractor is Leidos Inc., a large defense contractor, it is possible that subcontracting opportunities for small businesses may exist, but this is not explicitly stated in the provided data.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the relevant program office within the Department of the Army. Accountability measures are inherent in the fixed-price contract type, requiring the contractor to deliver specified goods or services within the agreed-upon price. Transparency is generally facilitated through contract award databases, though specific performance details may be less publicly accessible.
Related Government Programs
- Defense Logistics Agency (DLA) procurement
- Army Test and Evaluation Command (ATEC) equipment
- Department of Defense instrumentation contracts
- Manufacturing of specialized electronic equipment
Risk Flags
- Limited competition (2 bidders)
- Lack of detailed performance metrics in summary data
Tags
defense, department-of-the-army, leidos-inc, fixed-price, full-and-open-competition, manufacturing, measurement-and-control-devices, relocatable-vaics, california, other-measuring-and-controlling-device-manufacturing
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $34.9 million to LEIDOS INC. RELOCATABLE VAICS
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 $34.9 million.
What is the period of performance?
Start: 2007-08-29. End: 2010-12-31.
What is the specific function and technical specification of the 'RELOCATABLE VAICS' awarded under this contract?
The provided data does not specify the exact function or technical specifications of the 'RELOCATABLE VAICS'. The NAICS code 334519 indicates they are related to 'Other Measuring and Controlling Device Manufacturing'. These could range from environmental monitoring systems, diagnostic equipment, or specialized testing apparatus that need to be transportable. Without further details, it's impossible to ascertain their precise role within the Department of the Army's operations or their technological sophistication.
How does the awarded price of $3.49 million compare to similar contracts for relocatable measurement and control devices?
Direct comparison is difficult without knowing the exact nature and quantity of the 'RELOCATABLE VAICS'. The contract value of $3.49 million over approximately 3.3 years (1220 days) suggests a moderate annual expenditure. If these are highly specialized or custom-built units, the price might be reasonable. However, if they are more standardized items, this price could be on the higher side, especially considering the limited competition indicated by only two bids. Further market research or access to a broader contract database would be needed for a robust benchmark.
What are the key performance indicators (KPIs) and quality assurance measures associated with this contract?
The provided data does not detail the specific Key Performance Indicators (KPIs) or quality assurance (QA) measures for this contract. Typically, for a fixed-price contract of this nature, the government would outline acceptance criteria, delivery schedules, and potentially performance standards for the 'RELOCATABLE VAICS'. QA would likely involve inspection and testing upon delivery to ensure compliance with the contract's technical specifications. The absence of this information in the summary data limits a thorough assessment of performance risk.
What is Leidos Inc.'s track record with the Department of the Army for similar types of equipment or services?
Leidos Inc. is a major government contractor with a significant history of serving the Department of Defense, including the Army. While this specific contract is for 'RELOCATABLE VAICS', Leidos has extensive experience in areas such as command and control systems, intelligence, surveillance, reconnaissance (ISR), and other complex technology solutions. Their broader track record suggests capability in delivering sophisticated systems. However, performance on specific, smaller contracts like this one would require a deeper dive into their past performance evaluations for similar procurements.
What is the historical spending trend for 'RELOCATABLE VAICS' or similar devices by the Department of the Army?
The provided data only covers this single contract award. To understand historical spending trends, one would need to analyze procurement data for 'RELOCATABLE VAICS' or comparable items over multiple fiscal years. This would involve searching contract databases for similar NAICS codes (334519) and contract descriptions awarded by the Department of the Army or other defense agencies. Without this broader historical context, it's impossible to determine if this $3.49 million award represents an increase, decrease, or stable level of spending in this category.
What are the potential risks associated with the contractor, Leidos Inc., on this specific contract?
Potential risks associated with Leidos Inc. on this contract, based on the limited data, are primarily related to delivery timelines and adherence to technical specifications for the 'RELOCATABLE VAICS'. While Leidos is a large, established company, any project carries inherent risks of delays or performance issues. Given the fixed-price nature, cost overruns are primarily the contractor's risk, but could potentially lead to pressure on quality or scope if not managed effectively. The limited competition also presents a slight risk if the chosen vendor faces unforeseen challenges.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Other Measuring and Controlling Device Manufacturing
Product/Service Code: INSTRUMENTS AND LABORATORY EQPT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 2895 SCOTT ST, VISTA, CA, 49
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $34,893,780
Exercised Options: $34,893,780
Current Obligation: $34,893,780
Parent Contract
Parent Award PIID: GS07F0210J
IDV Type: FSS
Timeline
Start Date: 2007-08-29
Current End Date: 2010-12-31
Potential End Date: 2010-12-31 00:00:00
Last Modified: 2010-12-02
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)