DHS awards $30M+ for FLETC student administration system, a sole-source contract with a 5-year duration

Contract Overview

Contract Amount: $30,175,924 ($30.2M)

Contractor: Leidos, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2021-09-29

End Date: 2026-09-28

Contract Duration: 1,825 days

Daily Burn Rate: $16.5K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: STUDENT ADMINISTRATION AND SCHEDULING SYSTEM (SASS) SERVICES FOR FLETC.

Place of Performance

Location: BRUNSWICK, GLYNN County, GEORGIA, 31524

State: Georgia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $30.2 million to LEIDOS, INC. for work described as: STUDENT ADMINISTRATION AND SCHEDULING SYSTEM (SASS) SERVICES FOR FLETC. Key points: 1. The contract for the Student Administration and Scheduling System (SASS) services was awarded on a sole-source basis. 2. The contract has a total duration of 1825 days, spanning five years. 3. The primary contractor is Leidos, Inc., a significant player in government IT services. 4. The contract is for custom computer programming services, falling under NAICS code 541511. 5. The contract was awarded as a Firm Fixed Price type, indicating predictable costs for the government. 6. The geographic location for performance is Georgia (GA).

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging without specific performance metrics or comparable sole-source awards. However, the fixed-price nature provides cost certainty. The total value of over $30 million for a five-year system development and support contract suggests a substantial investment. Further analysis would require understanding the scope of services and the criticality of the SASS system to FLETC operations.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when a specific vendor possesses unique capabilities or when circumstances preclude full and open competition. The lack of competition means that the government did not benefit from a bidding process that could have potentially driven down prices or spurred innovation from a wider range of providers.

Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as the government does not leverage competitive pressures to secure the best possible pricing.

Public Impact

Federal law enforcement trainees and instructors at FLETC will benefit from improved student administration and scheduling. The contract delivers custom computer programming services to enhance the SASS system. The services are performed in Georgia, impacting the local IT workforce and economy. The system is expected to streamline administrative processes, potentially improving the efficiency of training operations.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector, particularly custom computer programming, is a significant area of federal spending. This contract falls within the broader IT services market, which includes software development, system integration, and IT support. Federal agencies rely heavily on such services to maintain and modernize their operational systems. The market for these services is competitive, but sole-source awards can occur for specialized needs or when existing systems require continuity of service from the original developer.

Small Business Impact

This contract was not awarded as a small business set-aside, and there is no indication of subcontracting requirements for small businesses in the provided data. Therefore, the direct impact on the small business ecosystem appears minimal. However, the prime contractor, Leidos, Inc., may have its own small business subcontracting goals as part of its broader government contracting obligations, which could indirectly benefit small businesses.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and program officials within the Federal Law Enforcement Training Center (FLETC) and the Department of Homeland Security (DHS). The firm fixed-price nature of the contract provides a degree of financial oversight. Transparency regarding the justification for the sole-source award and ongoing performance monitoring would be key accountability measures. Inspector General reviews could be initiated if specific concerns regarding performance or procurement practices arise.

Related Government Programs

Risk Flags

Tags

it-services, custom-computer-programming, department-of-homeland-security, federal-law-enforcement-training-center, leidos-inc, definitive-contract, firm-fixed-price, sole-source, georgia, student-administration-scheduling-system, naics-541511

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $30.2 million to LEIDOS, INC.. STUDENT ADMINISTRATION AND SCHEDULING SYSTEM (SASS) SERVICES FOR FLETC.

Who is the contractor on this award?

The obligated recipient is LEIDOS, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Federal Law Enforcement Training Center).

What is the total obligated amount?

The obligated amount is $30.2 million.

What is the period of performance?

Start: 2021-09-29. End: 2026-09-28.

What is the specific justification for awarding this contract on a sole-source basis?

The provided data indicates the contract was awarded as 'NOT COMPETED,' which is synonymous with a sole-source award. Specific justifications for sole-source procurements are typically documented in a Justification and Approval (J&A) document. Common reasons include the existence of unusual and compelling urgency, the need for a unique capability or specialized service only available from a single source, or when the contract is a follow-on to a previously competed contract where only the original contractor can provide the necessary services due to proprietary knowledge or integration. Without access to the J&A, the precise reason remains unknown, but it implies that full and open competition was deemed impractical or not in the government's best interest at the time of award.

How does the total contract value of $30M+ compare to similar student administration systems in other federal agencies?

Direct comparison of the $30M+ total contract value for the Student Administration and Scheduling System (SASS) services for FLETC to similar systems in other federal agencies is difficult without detailed scope and service level information. However, for a five-year duration, this value suggests a significant investment in a critical system. Larger agencies with more extensive training programs might have comparable or larger IT support contracts. Smaller agencies might have less complex systems with lower associated costs. The sole-source nature of this award could also mean the price was not optimized through competition, potentially making it higher than a competitively procured system of similar scope.

What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?

The provided data does not include specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. However, for a custom computer programming services contract focused on student administration and scheduling, typical KPIs might include system uptime/availability, response times for user queries, data accuracy rates, successful completion of scheduled training events, and user satisfaction ratings. SLAs would define the expected performance levels for these metrics, often with associated remedies or penalties for non-compliance. These details are usually found in the contract's statement of work (SOW) or performance work statement (PWS).

What is Leidos, Inc.'s track record with similar IT service contracts for federal law enforcement or training agencies?

Leidos, Inc. is a major government contractor with a substantial portfolio of IT services contracts across various federal agencies, including those in defense, intelligence, and civilian sectors. They have a history of providing complex IT solutions, including software development, system integration, and operational support. While specific details on their past performance with student administration systems for law enforcement training are not provided here, their general experience suggests they possess the technical capabilities and project management expertise to handle such a contract. A deeper dive into their contract history would reveal specific past performance evaluations and relevant project experience.

What is the historical spending trend for student administration and scheduling systems at FLETC or DHS?

The provided data only pertains to the current contract awarded in September 2021. Historical spending trends for student administration and scheduling systems at FLETC or DHS are not available in this dataset. To analyze historical spending, one would need to access previous contract awards for similar systems, including any prior contracts with Leidos or other vendors for SASS services, and potentially other related administrative IT systems. Examining spending over multiple fiscal years would reveal patterns, increases, or decreases in investment in this area.

Are there any known risks associated with the SASS system or its implementation by Leidos, Inc.?

Without specific risk assessments or performance reports, it's difficult to identify concrete risks associated with this particular SASS system or Leidos's implementation. However, general risks for sole-source IT contracts include potential for scope creep if not managed tightly, vendor lock-in, and the possibility that the system may not fully meet evolving user needs due to a lack of competitive feedback. For Leidos, as a large contractor, risks might be more related to resource allocation, integration challenges with existing FLETC infrastructure, or cybersecurity vulnerabilities if not adequately addressed. The long duration of the contract also introduces the risk of technological obsolescence if not proactively managed.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesCustom Computer Programming Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 70LGLY21RSSB00017

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Leidos Holdings, Inc.

Address: 1750 PRESIDENTS ST, 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: $30,727,420

Exercised Options: $30,727,420

Current Obligation: $30,175,924

Actual Outlays: $17,161,580

Subaward Activity

Number of Subawards: 16

Total Subaward Amount: $1,746,467

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2021-09-29

Current End Date: 2026-09-28

Potential End Date: 2026-09-28 00:00:00

Last Modified: 2025-09-24

More Contracts from Leidos, Inc.

View all Leidos, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending