Leidos, Inc. awarded $40M BPA Call for Integrated Source Management Portfolio Support by NRC
Contract Overview
Contract Amount: $40,026,643 ($40.0M)
Contractor: Leidos, Inc.
Awarding Agency: Nuclear Regulatory Commission
Start Date: 2020-09-22
End Date: 2026-09-21
Contract Duration: 2,190 days
Daily Burn Rate: $18.3K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: GLINDA BPA CALL FOR INTEGRATED SOURCE MANAGEMENT PORTFOLIO (ISMP) SUPPORT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20555
Plain-Language Summary
Nuclear Regulatory Commission obligated $40.0 million to LEIDOS, INC. for work described as: GLINDA BPA CALL FOR INTEGRATED SOURCE MANAGEMENT PORTFOLIO (ISMP) SUPPORT Key points: 1. Contract value represents a significant investment in IT support services for the NRC. 2. The contract was awarded under full and open competition, suggesting a competitive bidding process. 3. Fixed-price contract type helps mitigate cost overrun risks for the government. 4. The duration of the contract (5 years) indicates a long-term need for these services. 5. The specific NAICS code (541511) points to custom computer programming services, a critical area for agency operations. 6. The award to a single contractor, Leidos, Inc., warrants scrutiny for potential future competition.
Value Assessment
Rating: good
The contract value of approximately $40 million over five years for custom computer programming services appears reasonable given the scope. Benchmarking against similar IT support contracts for federal agencies of comparable size and mission complexity would provide further context. The firm-fixed-price structure is generally favorable for managing costs, assuming the scope of work is well-defined and stable. Without specific details on the services delivered, a precise value-for-money assessment is challenging, but the competitive award suggests a degree of price validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The number of bidders is not specified, but the competitive nature of the award process is a positive sign for price discovery and potentially achieving a fair market price. This approach generally leads to better value for the government compared to sole-source or limited competition scenarios.
Taxpayer Impact: Full and open competition helps ensure that taxpayer dollars are used efficiently by fostering a market-driven price. It reduces the risk of overpayment that can occur when competition is limited.
Public Impact
The primary beneficiary is the Nuclear Regulatory Commission (NRC), which will receive integrated source management portfolio support. The services delivered are expected to enhance the NRC's operational efficiency and data management capabilities. The geographic impact is primarily within the District of Columbia, where the NRC is headquartered. The contract supports the IT workforce within the NRC and potentially its contractors, ensuring the availability of specialized programming skills.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if follow-on work is not competed.
- Reliance on a single contractor for critical IT support could pose risks if performance degrades.
- The long contract duration might limit opportunities for adopting newer technologies if not managed proactively.
Positive Signals
- Awarded through full and open competition, indicating a competitive process.
- Firm-fixed-price contract type helps control costs.
- The contractor, Leidos, Inc., is a large, established company with significant federal contracting experience.
- The contract supports a critical function for the Nuclear Regulatory Commission.
Sector Analysis
This contract falls within the Information Technology (IT) sector, specifically custom computer programming services. The federal IT services market is substantial, with agencies consistently investing in software development, system integration, and IT support to modernize operations and enhance cybersecurity. This contract for Integrated Source Management Portfolio (ISMP) support aligns with the broader trend of agencies seeking to improve data management and operational efficiency through specialized IT solutions. Comparable spending benchmarks for custom programming services can vary widely based on complexity and duration, but a $40 million, five-year contract is a significant award.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a result, large businesses like Leidos, Inc. are the primary awardees. This means that opportunities for small businesses would likely be through subcontracting if Leidos chooses to engage them. The absence of a small business set-aside means direct prime contracting opportunities for small businesses were not prioritized for this specific award, potentially limiting their direct participation in this particular contract.
Oversight & Accountability
Oversight for this contract would primarily reside with the Nuclear Regulatory Commission's contracting officers and program managers. The firm-fixed-price nature of the contract provides a degree of cost control. Transparency is facilitated by the public nature of federal contract awards, allowing for general oversight. Specific performance metrics and reporting requirements would be detailed within the contract's statement of work. The Inspector General for the NRC would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- IT Professional Services
- Custom Computer Programming Services
- IT Support Services
- Software Development Contracts
- BPA Call Contracts
- Nuclear Regulatory Commission IT Spending
Risk Flags
- Long-term contract duration may require proactive management to ensure technology modernization.
- Single award under BPA Call could limit future competition if not structured for re-competition.
- Reliance on a single vendor for critical IT functions.
Tags
it, custom-computer-programming-services, nuclear-regulatory-commission, bpa-call, firm-fixed-price, full-and-open-competition, leidos-inc, district-of-columbia, information-technology, portfolio-management, source-management
Frequently Asked Questions
What is this federal contract paying for?
Nuclear Regulatory Commission awarded $40.0 million to LEIDOS, INC.. GLINDA BPA CALL FOR INTEGRATED SOURCE MANAGEMENT PORTFOLIO (ISMP) SUPPORT
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Nuclear Regulatory Commission (Nuclear Regulatory Commission).
What is the total obligated amount?
The obligated amount is $40.0 million.
What is the period of performance?
Start: 2020-09-22. End: 2026-09-21.
What is the specific nature of the 'Integrated Source Management Portfolio (ISMP) Support' being provided under this contract?
The 'Integrated Source Management Portfolio (ISMP) Support' likely refers to services aimed at managing and optimizing the NRC's various sources of information, data, and potentially vendor relationships. This could encompass developing or maintaining software systems for tracking regulatory data, managing licensing processes, or overseeing compliance information. The 'portfolio' aspect suggests a comprehensive approach to managing these diverse sources as a cohesive unit. The custom computer programming services (NAICS 541511) indicate that significant software development, modification, or integration is involved in creating or enhancing these management systems to meet the NRC's specific needs for source management.
How does the $40 million contract value compare to historical NRC spending on similar IT support services?
To accurately compare, one would need to analyze historical NRC spending data for contracts with similar NAICS codes (e.g., 541511) and service descriptions (e.g., IT support, software development, portfolio management) over the past several fiscal years. The current award of approximately $40 million over five years ($8 million annually on average) should be benchmarked against the agency's typical annual IT expenditures and the average cost of comparable custom programming services. If the NRC has previously awarded multiple smaller contracts for similar functions, this consolidated BPA Call might represent a strategic shift towards centralized management. Conversely, if similar large-scale contracts have been common, this award may be within the expected spending range.
What are the key performance indicators (KPIs) or metrics used to evaluate Leidos, Inc.'s performance under this contract?
Specific Key Performance Indicators (KPIs) are typically detailed within the contract's Statement of Work (SOW) or Performance Work Statement (PWS). For a contract focused on custom computer programming and portfolio management, common KPIs might include software defect rates, system uptime and availability, on-time delivery of project milestones, adherence to budget for specific development tasks, user satisfaction ratings, and the successful integration of new system components. The firm-fixed-price nature suggests that meeting defined deliverables and quality standards within the agreed price is paramount. The NRC's program office would be responsible for monitoring these metrics and ensuring Leidos meets the contractual obligations.
What is Leidos, Inc.'s track record with the Nuclear Regulatory Commission and other federal agencies for similar IT services?
Leidos, Inc. is a major federal contractor with a substantial history of providing IT and technical services across numerous government agencies, including the Department of Defense, Health and Human Services, and Energy. Their track record with the NRC specifically would need to be examined through contract databases (like FPDS or SAM.gov) to identify previous awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any significant issues. Generally, Leidos is known for its large-scale IT solutions and systems integration capabilities. A review of their past performance on similar custom programming and portfolio management contracts would indicate their experience level and reliability in delivering complex IT solutions for regulatory bodies.
Are there any identified risks associated with this contract, such as scope creep, vendor lock-in, or performance issues?
Potential risks include scope creep, where the requirements of the ISMP support might expand beyond the initial agreement, potentially leading to cost increases if not managed carefully (though less likely with FFP). Vendor lock-in is a risk if the developed systems are highly proprietary and difficult for other vendors to take over. Performance issues could arise if Leidos fails to meet the defined technical requirements or delivery timelines. Given the firm-fixed-price structure and the competitive award, the NRC has likely attempted to mitigate these risks through a well-defined SOW and performance monitoring. However, ongoing vigilance by the contracting officer and program team is crucial to manage these potential risks throughout the contract's life.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 31310020Q0071
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 9737 WASHINGTONIAN BLVD, GAITHERSBURG, MD, 20878
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $48,888,342
Exercised Options: $40,026,643
Current Obligation: $40,026,643
Subaward Activity
Number of Subawards: 26
Total Subaward Amount: $4,425,981
Parent Contract
Parent Award PIID: NRCHQ1017A0007
IDV Type: BPA
Timeline
Start Date: 2020-09-22
Current End Date: 2026-09-21
Potential End Date: 2027-09-21 00:00:00
Last Modified: 2026-04-09
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 Nuclear Regulatory Commission Contracts
- (information Technology Infrastructure Support Services (itiss)) — $208.2M (NTT Data Services Federal Government, LLC)
- Infrastructure Services and Support Contract — $157.8M (CACI NSS, LLC)
- Glinda Sncc BPA Call — $128.2M (Teksynap Corporation)
- Information Technology Infrastructure Support Services (itiss) — $100.7M (NTT Data Services Federal Government, LLC)
- Integrated Source Management Portfolio — $82.3M (Leidos, Inc.)