GSA Awards $70M Leidos Contract for DCPDS Software Sustainment
Contract Overview
Contract Amount: $70,086,853 ($70.1M)
Contractor: Leidos, Inc.
Awarding Agency: General Services Administration
Start Date: 2023-09-28
End Date: 2026-09-27
Contract Duration: 1,095 days
Daily Burn Rate: $64.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: DCPDS SOFTWARE SUSTAINMENT SUPPORT SERVICES
Place of Performance
Location: SEASIDE, MONTEREY County, CALIFORNIA, 93955
Plain-Language Summary
General Services Administration obligated $70.1 million to LEIDOS, INC. for work described as: DCPDS SOFTWARE SUSTAINMENT SUPPORT SERVICES Key points: 1. Contract awarded to Leidos, Inc. for $70.1M over 3 years. 2. Services fall under Computer Systems Design, a competitive sector. 3. Full and open competition was utilized, suggesting potential for price discovery. 4. The contract is for software sustainment, a critical but potentially high-cost area.
Value Assessment
Rating: fair
The contract's value of $70.1M over three years for software sustainment needs careful benchmarking against similar GSA IT support contracts. Without specific service details, it's difficult to definitively assess value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which generally promotes competitive pricing. However, the specific price discovery mechanisms and the number of bids received are not detailed here.
Taxpayer Impact: The use of full and open competition aims to ensure taxpayer funds are used efficiently, but the ultimate impact depends on the negotiated price relative to market rates.
Public Impact
Citizens rely on government systems for various services, making software sustainment crucial for operational continuity. This contract supports the General Services Administration's Federal Acquisition Service, impacting federal IT infrastructure. The duration of the contract (3 years) indicates a long-term need for these services.
Waste & Efficiency Indicators
Waste Risk Score: 64 / 10
Warning Flags
- Lack of detailed service scope for value assessment.
- Potential for cost overruns in long-term software sustainment.
Positive Signals
- Awarded via full and open competition.
- Contract supports critical federal IT infrastructure.
Sector Analysis
This contract falls within the IT sector, specifically computer systems design services. Benchmarks for similar sustainment contracts vary widely based on complexity and scope, but $70M over three years suggests a significant, ongoing requirement.
Small Business Impact
The data indicates this contract was not awarded to a small business (ss: false, sb: false). There is no specific analysis of small business participation or subcontracting opportunities mentioned.
Oversight & Accountability
The contract is managed by the General Services Administration's Federal Acquisition Service, which typically has established oversight mechanisms. However, specific details on performance monitoring and accountability are not provided.
Related Government Programs
- Computer Systems Design Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Potential for scope creep in sustainment contracts.
- Reliance on a single vendor for critical software support.
- Lack of detailed performance metrics in provided data.
- Long-term cost implications of sustainment services.
Tags
computer-systems-design-services, general-services-administration, ca, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $70.1 million to LEIDOS, INC.. DCPDS SOFTWARE SUSTAINMENT SUPPORT SERVICES
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 $70.1 million.
What is the period of performance?
Start: 2023-09-28. End: 2026-09-27.
What is the specific scope of "DCPDS Software Sustainment Support Services" and how does it align with agency needs?
The specific scope of DCPDS Software Sustainment Support Services is not detailed in the provided data. Understanding the exact services, such as maintenance, updates, bug fixes, and potential enhancements, is crucial for assessing if the $70.1M contract value is justified and if it effectively meets the General Services Administration's evolving IT infrastructure requirements.
What were the key factors driving the price of $70.1M for this three-year sustainment contract?
The key factors driving the $70.1M price are not explicitly stated. However, typical drivers include the complexity of the software, the criticality of its function, the required service level agreements (SLAs), the number of users or systems supported, and the labor rates for specialized personnel. The full and open competition suggests these factors were evaluated against market conditions.
How will the effectiveness of Leidos's sustainment services be measured and ensured throughout the contract period?
The effectiveness of Leidos's sustainment services will likely be measured through performance metrics defined in the contract's Statement of Work (SOW) and Service Level Agreements (SLAs). These could include uptime percentages, response times for issue resolution, and successful deployment of updates. The GSA's Federal Acquisition Service would typically monitor these metrics and conduct regular performance reviews.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QFMA23Q0017
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: $73,928,742
Exercised Options: $70,616,051
Current Obligation: $70,086,853
Subaward Activity
Number of Subawards: 12
Total Subaward Amount: $18,390,114
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCK18D0008
IDV Type: GWAC
Timeline
Start Date: 2023-09-28
Current End Date: 2026-09-27
Potential End Date: 2027-09-27 00:00:00
Last Modified: 2026-03-18
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)