Leidos Federal Healthcare contract awarded by GSA for $50.8M over 5 years, with a fixed-price structure

Contract Overview

Contract Amount: $50,855,168 ($50.9M)

Contractor: Leidos Federal Healthcare, Inc.

Awarding Agency: General Services Administration

Start Date: 2002-10-01

End Date: 2008-03-31

Contract Duration: 2,008 days

Daily Burn Rate: $25.3K/day

Competition Type: COMPETITIVE DELIVERY ORDER

Number of Offers Received: 2

Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT

Sector: Healthcare

Place of Performance

Location: WARNER ROBINS, HOUSTON County, GEORGIA, 31088

State: Georgia Government Spending

Plain-Language Summary

General Services Administration obligated $50.9 million to LEIDOS FEDERAL HEALTHCARE, INC. for work described as: Key points: 1. The contract's fixed-price with economic price adjustment (EPA) structure aims to mitigate inflation risks for both parties. 2. Competition for this delivery order was likely robust given the agency and contract type, potentially leading to favorable pricing. 3. The contract duration of 5 years suggests a need for sustained services, indicating a stable program requirement. 4. Performance context is limited without specific task orders, but the award indicates successful past performance. 5. This contract falls within the broader healthcare IT and services sector, supporting federal health initiatives.

Value Assessment

Rating: good

Benchmarking this contract's value requires more granular data on the specific services rendered. However, a $50.8 million award over five years, averaging roughly $10 million annually, is within the expected range for large-scale federal healthcare IT and support services. The fixed-price with EPA structure is a common and generally fair pricing mechanism for long-term contracts susceptible to market fluctuations. Without specific task order details or comparable contract data, a precise value-for-money assessment is challenging, but the award itself suggests a competitive process yielded an acceptable price.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

The contract type is listed as 'COMPETITIVE DELIVERY ORDER,' which implies that the underlying contract vehicle was competed. However, the specific competition level for this particular delivery order is not detailed in the provided data. Typically, competitive delivery orders are issued against a pre-established indefinite-delivery/indefinite-quantity (IDIQ) contract that was awarded on a competitive basis. The number of bidders for this specific order would provide further insight into the level of competition and its potential impact on pricing.

Taxpayer Impact: A competitive award process, even for a delivery order, generally benefits taxpayers by fostering price discovery and encouraging contractors to offer competitive rates to secure the work.

Public Impact

Federal healthcare agencies benefit from the services provided, likely related to IT support, data management, or healthcare system operations. The contract supports the delivery of essential healthcare services or infrastructure within the federal government. Geographic impact is not specified but likely supports federal healthcare operations nationwide. Workforce implications may include employment opportunities for IT professionals, healthcare administrators, and support staff within the contractor's organization.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract operates within the federal healthcare IT and services sector. This sector is characterized by significant government spending aimed at modernizing health systems, managing vast amounts of patient data, and improving healthcare delivery for beneficiaries. The market includes a wide range of companies, from large prime contractors to specialized small businesses. Comparable spending benchmarks would involve analyzing other large federal contracts for health IT solutions, electronic health records (EHR) implementation, and health data analytics.

Small Business Impact

The provided data indicates that small business participation (ss and sb fields) is false. This suggests that the contract was not specifically set aside for small businesses, nor does it appear to have explicit subcontracting goals for small businesses mandated in this award. Consequently, the direct impact on the small business ecosystem for this specific contract may be limited, with opportunities likely flowing to larger prime contractors or their established supply chains.

Oversight & Accountability

Oversight for this contract would primarily fall under the purview of the General Services Administration (GSA), specifically the Federal Acquisition Service. GSA has established procurement regulations and oversight mechanisms to ensure compliance and accountability. The contract's fixed-price nature, even with EPA, provides a degree of cost control. Transparency is generally maintained through contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

healthcare, it-services, general-services-administration, leidos-federal-healthcare, fixed-price-economic-price-adjustment, competitive-delivery-order, federal-health, long-term-contract, georgia, mid-tier-contract-value

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $50.9 million to LEIDOS FEDERAL HEALTHCARE, INC.. See the official description on USAspending.

Who is the contractor on this award?

The obligated recipient is LEIDOS FEDERAL HEALTHCARE, INC..

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $50.9 million.

What is the period of performance?

Start: 2002-10-01. End: 2008-03-31.

What specific services were provided under this contract?

The provided data does not specify the exact services rendered under this contract. However, given the contractor (Leidos Federal Healthcare, Inc.) and the awarding agency (General Services Administration) in the context of federal healthcare, it is highly probable that the services relate to health information technology (HIT) solutions, healthcare system support, data management, or administrative services for federal health programs. These could include the implementation or maintenance of electronic health records (EHR), health analytics platforms, or other IT infrastructure critical to healthcare operations within federal agencies.

How does the $50.8 million contract value compare to similar federal healthcare IT contracts?

A contract value of $50.8 million spread over five years (approximately $10.16 million per year) is a substantial award, placing it in the mid-to-large tier for federal healthcare IT contracts. Many federal healthcare IT initiatives, such as large-scale EHR deployments or enterprise-wide system modernizations, can reach hundreds of millions or even billions of dollars. However, this contract could represent a significant component of a larger program or a substantial standalone service contract for a specific agency or function. Benchmarking requires comparing it to contracts with similar scope, duration, and specific service offerings, which are not detailed here.

What are the primary risks associated with a fixed-price contract with economic price adjustment (EPA)?

The primary risks associated with a fixed-price contract with EPA are twofold. For the government, the risk is that the EPA clause allows for price increases due to inflation or other specified economic factors, potentially leading to higher overall costs than initially anticipated if market conditions escalate rapidly. For the contractor, the risk is that the EPA might not fully compensate for unforeseen cost increases in labor, materials, or other direct costs, potentially eroding profit margins if the adjustment formula is not sufficiently favorable or if costs rise beyond the capped adjustments. Effective management and clear definition of economic indices are crucial to mitigate these risks.

What does the contract duration of 5 years imply about the program's stability and requirements?

A contract duration of five years, including potential option periods (though not explicitly stated here, the end date suggests a base period of 5 years), implies a stable and ongoing requirement for the services being procured. Such durations are typically awarded for programs that are expected to continue for a significant period, often involving complex systems, long-term support, or strategic initiatives. This stability allows contractors to invest in resources and personnel, while the government benefits from continuity of service. However, it also necessitates careful planning to ensure the contract remains relevant and adaptable to evolving needs and technologies over its lifespan.

What is the significance of the contract being awarded by the General Services Administration (GSA)?

The significance of the contract being awarded by the General Services Administration (GSA) lies in GSA's role as a central procurement and management agency for the federal government. GSA often uses its established contract vehicles (like GSA Schedules) to provide efficient and cost-effective procurement solutions for other federal agencies. An award through GSA suggests that the procurement process likely adhered to established federal acquisition regulations and potentially leveraged competitive pricing negotiated by GSA. It also indicates that the services provided are likely intended to support broader federal operations or specific agency needs managed through GSA's contracting expertise.

Competition & Pricing

Extent Competed: COMPETITIVE DELIVERY ORDER

Solicitation ID: 4TFL57031280

Offers Received: 2

Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT (K)

Contractor Details

Parent Company: Lockheed Martin Corp (UEI: 834951691)

Address: 1 CURIE COURT, ROCKVILLE, MD, 08

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $49,827,760

Exercised Options: $49,827,760

Current Obligation: $50,855,168

Parent Contract

Parent Award PIID: GS07T00BGD0019

IDV Type: GWAC

Timeline

Start Date: 2002-10-01

Current End Date: 2008-03-31

Potential End Date: 2008-03-31 00:00:00

Last Modified: 2012-05-03

More Contracts from Leidos Federal Healthcare, Inc.

View all Leidos Federal Healthcare, Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending