Leidos Inc. awarded $101.4M for traveler processing and vetting services by DHS
Contract Overview
Contract Amount: $101,438,841 ($101.4M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2020-09-26
End Date: 2021-09-25
Contract Duration: 364 days
Daily Burn Rate: $278.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: LABOR HOURS
Sector: IT
Official Description: TRAVELER PROCESSING&VETTING SERVICES TASK ORDER 2
Place of Performance
Location: ASHBURN, LOUDOUN County, VIRGINIA, 20147
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $101.4 million to LEIDOS, INC. for work described as: TRAVELER PROCESSING&VETTING SERVICES TASK ORDER 2 Key points: 1. Contract awarded via a Blanket Purchase Agreement (BPA) Call, indicating a pre-competed framework. 2. The contract duration of 364 days suggests a focused, short-term operational need. 3. Services fall under 'Other Computer Related Services,' potentially encompassing software, data analysis, or system support. 4. Awarded to a single contractor, Leidos, Inc., under full and open competition. 5. The task order value is substantial, requiring careful scrutiny of performance and value. 6. Geographic location for performance is Virginia, a common hub for federal contracting.
Value Assessment
Rating: fair
Benchmarking the value of this specific task order is challenging without more granular data on the services provided and comparable market rates. The $101.4 million award for a 364-day period suggests a significant operational requirement. However, without details on labor hours, specific deliverables, or performance metrics, it's difficult to definitively assess value for money. Comparing it to other task orders under the same BPA or similar contracts for vetting services would provide better context.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, likely through a pre-existing Blanket Purchase Agreement (BPA) Call. This suggests that multiple vendors had the opportunity to bid on the underlying BPA, and this task order was then competed or awarded based on pre-established terms. The specific number of bidders for this task order is not provided, but the 'full and open' designation implies a competitive process was followed.
Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to better pricing and service quality. It ensures that the government explores a wide range of potential solutions and contractors, reducing the risk of overpaying or receiving suboptimal services.
Public Impact
The Department of Homeland Security (DHS) and specifically U.S. Customs and Border Protection (CBP) are the primary beneficiaries, receiving critical traveler processing and vetting services. These services are essential for national security, border management, and facilitating legitimate travel. The contract's performance location in Virginia may have implications for local employment and the regional economy. The successful execution of these services impacts the efficiency and effectiveness of border operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics makes it difficult to assess the effectiveness and efficiency of the services provided.
- The substantial award amount necessitates close monitoring to ensure funds are used judiciously and deliver expected outcomes.
- The 'Other Computer Related Services' category is broad, potentially obscuring the exact nature and cost drivers of the work performed.
Positive Signals
- Awarded under full and open competition, suggesting a robust bidding process.
- The use of a BPA Call indicates that the foundational contract underwent prior competition.
- The contractor, Leidos, Inc., is a large, established entity with significant experience in government contracting.
Sector Analysis
The Information Technology and professional services sector, particularly within government contracting, is highly competitive. This contract for traveler processing and vetting services falls under IT services, specifically 'Other Computer Related Services' (NAICS 541519). This category includes a wide range of IT support, consulting, and data processing. The market for such services is large, with numerous established players and significant government spending allocated annually to IT and related support functions for agencies like DHS.
Small Business Impact
The data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). While Leidos, Inc. is a large prime contractor, there may be opportunities for small businesses to participate as subcontractors. However, without specific subcontracting plans or goals detailed in the award, the direct impact on the small business ecosystem is unclear. Large prime contractors often utilize small businesses, but the extent of this contract's subcontracting is not specified.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's contracting and program management offices. As a task order under a BPA Call, the underlying BPA likely has established oversight mechanisms. Inspector General jurisdiction would apply, with the DHS Office of Inspector General potentially reviewing the contract's performance, cost, and adherence to regulations. Transparency is generally facilitated through contract award databases, though detailed performance reports may not always be publicly available.
Related Government Programs
- Department of Homeland Security - Traveler Processing
- U.S. Customs and Border Protection - Vetting Services
- Information Technology Services Contracts
- Blanket Purchase Agreements (BPAs)
- Professional Services Contracts
Risk Flags
- Potential for vendor lock-in due to single award.
- Need for robust performance monitoring given the contract value.
- Broad service category ('Other Computer Related Services') may lack specificity.
Tags
it-services, homeland-security, customs-and-border-protection, virginia, large-contract, full-and-open-competition, bpa-call, traveler-processing, vetting-services, professional-services, leidos-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $101.4 million to LEIDOS, INC.. TRAVELER PROCESSING&VETTING SERVICES TASK ORDER 2
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $101.4 million.
What is the period of performance?
Start: 2020-09-26. End: 2021-09-25.
What specific services are included under 'TRAVELER PROCESSING&VETTING SERVICES TASK ORDER 2' and how do they align with CBP's mission?
While the specific details of the services are not fully elaborated in the provided data, 'Traveler Processing & Vetting Services' typically encompass a range of activities critical to border security and immigration management. This can include the operation and maintenance of systems used to process traveler information (e.g., passports, visas, entry/exit data), conducting background checks and risk assessments on individuals seeking entry, and potentially managing data related to traveler movements. These services directly support CBP's mission to secure borders, facilitate lawful international travel and trade, and enforce immigration laws by identifying potential security threats and ensuring compliance with regulations.
How does the $101.4 million award compare to historical spending on similar traveler processing and vetting services by CBP?
To accurately compare this $101.4 million award to historical spending, one would need access to CBP's historical contract data for traveler processing and vetting services. This task order, awarded in late 2020 for a 364-day period, represents a significant investment. Without comparative data on the scope, duration, and specific services rendered in previous years or for similar task orders, it's difficult to ascertain if this amount is higher, lower, or in line with past expenditures. Analyzing trends in spending for these critical functions over several fiscal years would provide the necessary context to evaluate if this award represents an increase or decrease in investment.
What are the key performance indicators (KPIs) used to measure the success of Leidos, Inc. under this contract?
The provided data does not specify the Key Performance Indicators (KPIs) for this contract. Typically, for traveler processing and vetting services, KPIs might include metrics such as the average processing time per traveler, the accuracy rate of vetting systems, the number of identified security risks, system uptime and availability, and compliance with data privacy regulations. The effectiveness of Leidos, Inc. would be assessed against these predefined metrics, which are usually detailed in the contract's Statement of Work (SOW) or Performance Work Statement (PWS).
What is the track record of Leidos, Inc. in providing similar traveler processing and vetting services to federal agencies?
Leidos, Inc. has a substantial track record in providing a wide array of IT, systems engineering, and professional services to various federal agencies, including defense, intelligence, and homeland security. They have been involved in large-scale government contracts related to data analytics, cybersecurity, and mission support. While specific details on their past performance solely on traveler processing and vetting services for CBP are not in this data snippet, their general experience with complex government IT systems and security-related services suggests they possess the capabilities required for such a contract. A deeper dive into their contract history would reveal specific projects and client satisfaction.
What are the potential risks associated with a single award of this magnitude for traveler processing and vetting services?
A single award of this magnitude, even under full and open competition, carries potential risks. One primary risk is vendor lock-in, where the government becomes heavily reliant on one contractor, potentially reducing leverage in future negotiations. Another risk is performance failure; if Leidos, Inc. underperforms, it could significantly disrupt critical CBP operations. There's also the risk of cost overruns if the scope is not tightly managed or if unforeseen technical challenges arise. Furthermore, a sole-source award (even if competed initially) can limit the introduction of innovative solutions from other vendors in the future.
How does the use of a BPA Call impact the overall cost-effectiveness and efficiency of this contract compared to a direct award?
Using a Blanket Purchase Agreement (BPA) Call generally enhances cost-effectiveness and efficiency. BPAs are pre-competed vehicles, meaning the foundational contract terms, including pricing structures and service levels, have already been negotiated and awarded through a competitive process. A BPA Call then allows agencies to quickly issue task orders against this established agreement, often with pre-negotiated discounts or favorable rates. This reduces the administrative burden and time required for individual procurements, leading to faster delivery of services and potentially lower overall costs compared to initiating a new, full-and-open competition for each individual requirement.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related 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
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
Address: 1750 PRESIDENTS ST FL 5, 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: $170,386,333
Exercised Options: $102,022,277
Current Obligation: $101,438,841
Actual Outlays: $-1,951
Subaward Activity
Number of Subawards: 60
Total Subaward Amount: $20,648,673
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70B04C20A00000008
IDV Type: BPA
Timeline
Start Date: 2020-09-26
Current End Date: 2021-09-25
Potential End Date: 2021-09-25 00:00:00
Last Modified: 2025-03-21
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 Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)