DOJ's $9.4M Contract for Library Services Awarded to Leidos, Inc. Under Full and Open Competition
Contract Overview
Contract Amount: $9,413,189 ($9.4M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Justice
Start Date: 2019-12-07
End Date: 2025-06-06
Contract Duration: 2,008 days
Daily Burn Rate: $4.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: NCJRS RESPONSE CENTER AND LIBRARY SERVICES
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20190
State: Virginia Government Spending
Plain-Language Summary
Department of Justice obligated $9.4 million to LEIDOS, INC. for work described as: NCJRS RESPONSE CENTER AND LIBRARY SERVICES Key points: 1. Leidos, Inc. secured a significant contract for administrative and management consulting services. 2. The contract was awarded through full and open competition, suggesting a competitive bidding process. 3. The duration of the contract extends over multiple years, indicating a long-term need. 4. The specific NAICS code points to management consulting services, a common area for federal procurement.
Value Assessment
Rating: fair
The contract is a Time and Materials type, which can lead to cost overruns if not managed carefully. Benchmarking against similar contracts for administrative management consulting services is difficult without more granular cost data.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The award was made under full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes price discovery and competitive pricing.
Taxpayer Impact: Taxpayer funds are being used for essential administrative and library services within the Department of Justice, with competition aiming for cost-effectiveness.
Public Impact
Ensures continued access to vital information resources and research for the Department of Justice. Supports the operational efficiency of the Office of Justice Programs through management consulting. The contract's duration suggests a stable, ongoing need for these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type can pose cost control risks.
- Lack of specific performance metrics makes it hard to assess value beyond service provision.
Positive Signals
- Awarded via full and open competition.
- Long contract duration indicates sustained need and potential for stable service delivery.
Sector Analysis
This contract falls under administrative management and general management consulting services. Federal spending in this sector is substantial, often driven by the need for specialized expertise in areas like program management and operational efficiency.
Small Business Impact
The data indicates that this contract was not awarded to a small business. Further analysis would be needed to determine if small business participation was sought or achieved through subcontracting.
Oversight & Accountability
The contract is managed by the Department of Justice's Office of Justice Programs. Standard oversight mechanisms for federal contracts would apply, including performance monitoring and financial accountability.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Justice Contracting
- Office of Justice Programs Programs
Risk Flags
- Time and Materials contract type.
- No explicit mention of performance metrics.
- No indication of small business subcontracting.
- Limited detail on specific services provided.
Tags
administrative-management-and-general-ma, department-of-justice, va, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $9.4 million to LEIDOS, INC.. NCJRS RESPONSE CENTER AND LIBRARY SERVICES
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Justice (Office of Justice Programs).
What is the total obligated amount?
The obligated amount is $9.4 million.
What is the period of performance?
Start: 2019-12-07. End: 2025-06-06.
What specific management consulting services are being provided under this contract, and how do they align with the Office of Justice Programs' strategic goals?
The contract is for 'Administrative Management and General Management Consulting Services' (NAICS 541611). While the specific services are not detailed, they likely encompass areas such as program management support, operational analysis, policy development assistance, and administrative process improvement to enhance the efficiency and effectiveness of the Office of Justice Programs' initiatives and research dissemination.
Given the Time and Materials contract type, what measures are in place to prevent cost overruns and ensure the government receives good value?
Time and Materials contracts inherently carry a higher risk of cost overruns. Effective oversight by the Department of Justice is crucial, including rigorous monitoring of labor hours, rates, and material costs. Establishing clear ceilings, requiring detailed justifications for hours worked, and conducting regular performance reviews are essential to ensure value and control expenditures.
How does the competitive landscape for administrative management consulting services influence the pricing and quality of services provided by Leidos, Inc. under this contract?
The fact that this contract was awarded under 'full and open competition' suggests that multiple firms were able to bid, theoretically driving down prices and improving service quality. However, the specific market dynamics for specialized administrative management consulting within the justice sector would determine the extent of this influence. Leidos's ability to secure the contract indicates they met the government's requirements at a competitive price.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting 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
Solicitation ID: 15PCMD19Q00000001
Offers Received: 2
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 1750 PRESIDENTS ST FL 6, 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: $10,403,568
Exercised Options: $10,403,568
Current Obligation: $9,413,189
Actual Outlays: $7,668,520
Subaward Activity
Number of Subawards: 9
Total Subaward Amount: $581,250
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS00F022CA
IDV Type: FSS
Timeline
Start Date: 2019-12-07
Current End Date: 2025-06-06
Potential End Date: 2025-06-06 00:00:00
Last Modified: 2026-02-11
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 Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)