DHS Awards $181M for Vetting Software to Leidos, Inc. via BPA Call
Contract Overview
Contract Amount: $181,081,493 ($181.1M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-03
End Date: 2023-09-02
Contract Duration: 729 days
Daily Burn Rate: $248.4K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: TRAVELERS PROCESSING VETTING SOFTWARE (TPVS) ORDER 3
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20229
Plain-Language Summary
Department of Homeland Security obligated $181.1 million to LEIDOS, INC. for work described as: TRAVELERS PROCESSING VETTING SOFTWARE (TPVS) ORDER 3 Key points: 1. Significant contract value of $181M for vetting software. 2. Leidos, Inc. is the sole awardee under this BPA call. 3. Potential risks include vendor lock-in and cost overruns. 4. Spending falls under 'Other Computer Related Services' (NAICS 541519).
Value Assessment
Rating: fair
The contract is a Time and Materials award, which can lead to higher costs if not managed closely. Benchmarking against similar vetting software contracts is difficult without more detailed cost breakdowns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The award was made under a BPA call, indicating that the underlying Blanket Purchase Agreement was competed. However, the specific call to Leidos, Inc. may not have involved further competition, impacting price discovery.
Taxpayer Impact: Taxpayer funds are being used for this significant IT procurement. The effectiveness of the vetting software will determine the ultimate value for money.
Public Impact
Enhances border security and national safety through improved vetting. Supports the Department of Homeland Security's mission. Potential for job creation within Leidos, Inc.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type
- Lack of specific performance metrics in provided data
- No indication of small business participation
Positive Signals
- Supports critical national security functions
- Awarded under a previously competed BPA
- Clear agency and purpose
Sector Analysis
This contract falls within the IT services sector, specifically focusing on specialized software for vetting. Spending benchmarks for similar large-scale government IT procurements vary widely based on complexity and scope.
Small Business Impact
The data indicates that this contract was not awarded to a small business (sb: false). There is no information provided on subcontracting opportunities for small businesses.
Oversight & Accountability
Oversight would typically be managed by the U.S. Customs and Border Protection contracting officer. The Time and Materials nature of the contract necessitates close monitoring of hours and costs to ensure accountability.
Related Government Programs
- Other Computer Related Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Potential for cost overruns due to T&M contract type
- Lack of transparency on specific performance metrics
- No clear indication of small business subcontracting
- Sole awardee under BPA call may limit competitive pressure
Tags
other-computer-related-services, department-of-homeland-security, dc, bpa-call, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $181.1 million to LEIDOS, INC.. TRAVELERS PROCESSING VETTING SOFTWARE (TPVS) ORDER 3
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 $181.1 million.
What is the period of performance?
Start: 2021-09-03. End: 2023-09-02.
What specific vetting capabilities does TPVS provide, and how do they improve upon previous systems?
The provided data does not detail the specific vetting capabilities of TPVS. Understanding the functionalities, such as data sources integrated, analytical tools, and automation levels, is crucial to assess its effectiveness and value compared to legacy systems or alternative solutions. Further documentation would be needed to evaluate the technological advancements and operational improvements.
What is the risk of cost overruns with this Time and Materials contract, and what mitigation strategies are in place?
Time and Materials contracts carry inherent risks of cost overruns due to the lack of a fixed ceiling on labor hours and material costs. Mitigation strategies typically include robust oversight, detailed tracking of expenditures, defined labor categories with capped rates, and clear task orders with estimated effort. Without specific details on oversight mechanisms and cost controls, the risk remains elevated.
How will the effectiveness of the TPVS be measured to ensure it meets the Department of Homeland Security's objectives?
The effectiveness of TPVS will be measured by its ability to accurately and efficiently vet individuals, contributing to national security objectives. Key performance indicators (KPIs) should be established, such as reduction in processing times, accuracy rates in identifying risks, and successful integration with existing security databases. Regular performance reviews and user feedback are essential to ensure the system meets its intended purpose.
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 › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Pricing Type: TIME AND MATERIALS (Y)
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: $220,000,000
Exercised Options: $181,081,493
Current Obligation: $181,081,493
Actual Outlays: $124,559,921
Subaward Activity
Number of Subawards: 86
Total Subaward Amount: $91,222,880
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70B04C20A00000008
IDV Type: BPA
Timeline
Start Date: 2021-09-03
Current End Date: 2023-09-02
Potential End Date: 2023-09-02 16:25:02
Last Modified: 2024-07-31
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)