HUD awards Leidos $15.3M for contact center services, extending through April 2027
Contract Overview
Contract Amount: $15,346,896 ($15.3M)
Contractor: Leidos, Inc.
Awarding Agency: General Services Administration
Start Date: 2026-04-09
End Date: 2027-04-08
Contract Duration: 364 days
Daily Burn Rate: $42.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: HUDCENTRAL BRIDGE- BRIDGE ORIGINAL AWARD. CONTACT CENTER SERVICES IN SUPPORT OF THE DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT FOR A ONE-YEAR BASE PERIOD, AND AN OPTION TO EXTEND SERVICE (FAR 52.217-8) FOR UP TO SIX-MONTHS.
Place of Performance
Location: INDIANAPOLIS, MARION County, INDIANA, 46241
State: Indiana Government Spending
Plain-Language Summary
General Services Administration obligated $15.3 million to LEIDOS, INC. for work described as: HUDCENTRAL BRIDGE- BRIDGE ORIGINAL AWARD. CONTACT CENTER SERVICES IN SUPPORT OF THE DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT FOR A ONE-YEAR BASE PERIOD, AND AN OPTION TO EXTEND SERVICE (FAR 52.217-8) FOR UP TO SIX-MONTHS. Key points: 1. Leidos secured a $15.3M contract for HUD contact center services. 2. The contract includes a base year and a six-month extension option. 3. The award was made under full and open competition. 4. The primary service category is Other Computer Related Services.
Value Assessment
Rating: good
The contract is a firm-fixed-price delivery order with a total value of $15.3 million. This pricing structure is standard for IT services and aims to control costs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, indicating a robust price discovery process. This method generally leads to more competitive pricing.
Taxpayer Impact: The use of full and open competition suggests taxpayers are likely receiving fair value for the services provided.
Public Impact
Ensures continued customer support for HUD programs. Supports a large federal agency's operational needs. Provides essential communication channels for citizens interacting with HUD.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Full and open competition utilized
- Firm-fixed-price contract type
- Clear service period defined
Sector Analysis
This contract falls under IT services, specifically 'Other Computer Related Services'. The value is moderate for a federal IT contract of this duration.
Small Business Impact
The 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 General Services Administration (GSA) awarded this contract through its Federal Acquisition Service, indicating established oversight mechanisms are in place.
Related Government Programs
- Other Computer Related Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Lack of detailed performance metrics
- No per-unit cost data provided
- Small business participation not specified
Tags
other-computer-related-services, general-services-administration, in, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $15.3 million to LEIDOS, INC.. HUDCENTRAL BRIDGE- BRIDGE ORIGINAL AWARD. CONTACT CENTER SERVICES IN SUPPORT OF THE DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT FOR A ONE-YEAR BASE PERIOD, AND AN OPTION TO EXTEND SERVICE (FAR 52.217-8) FOR UP TO SIX-MONTHS.
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $15.3 million.
What is the period of performance?
Start: 2026-04-09. End: 2027-04-08.
What is the projected cost per user or per interaction for these contact center services?
The provided data does not include a per-unit cost metric. To assess value more granularly, a breakdown of costs per interaction, call handled, or user supported would be beneficial. This would allow for a more precise comparison against industry benchmarks and potentially identify areas for cost optimization.
What are the key performance indicators (KPIs) for this contract and how will they be measured?
The data does not specify the KPIs for this contract. Effective oversight requires clearly defined and measurable KPIs related to service quality, response times, and customer satisfaction. Without this information, it's difficult to assess the contractor's performance and the overall effectiveness of the service delivery.
Are there any specific performance metrics or service level agreements (SLAs) tied to the six-month option period?
The data does not detail specific SLAs or performance metrics tied to the six-month option period. It is crucial that any extension includes clear performance expectations and potentially adjusted pricing based on demonstrated service levels to ensure continued value for taxpayer money.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related 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: 47QFDA26Q0006
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1750 PRESIDENTS ST FL 4, 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: $18,925,399
Exercised Options: $18,925,399
Current Obligation: $15,346,896
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QTCA25D008B
IDV Type: FSS
Timeline
Start Date: 2026-04-09
Current End Date: 2027-04-08
Potential End Date: 2027-04-08 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 General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)