DOJ's FBI awards $22.6M for custom computer programming services to Leidos, Inc
Contract Overview
Contract Amount: $22,659,469 ($22.7M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Justice
Start Date: 2017-04-25
End Date: 2018-09-27
Contract Duration: 520 days
Daily Burn Rate: $43.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF
Place of Performance
Location: CLARKSBURG, HARRISON County, WEST VIRGINIA, 26306
Plain-Language Summary
Department of Justice obligated $22.7 million to LEIDOS, INC. for work described as: IGF::OT::IGF Key points: 1. Spending of $22.6M on custom computer programming services. 2. Leidos, Inc. is the awardee. 3. Contract awarded by the Department of Justice, Federal Bureau of Investigation. 4. Service type: Custom Computer Programming Services. 5. Contract type: Purchase Order with Firm Fixed Price.
Value Assessment
Rating: fair
The award amount of $22.6M for custom computer programming services appears to be within a reasonable range for large-scale federal contracts of this nature. Benchmarking against similar contracts for programming services would provide a more precise assessment of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a competitive bidding process. This method generally promotes price discovery and can lead to more favorable pricing for the government.
Taxpayer Impact: The use of full and open competition suggests efforts to secure competitive pricing, potentially leading to efficient use of taxpayer funds for these programming services.
Public Impact
Impacts the Federal Bureau of Investigation's operational capabilities through custom software development. Supports the technology infrastructure of a major law enforcement agency. Potential for improved data processing, analysis, or case management systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in provided data.
- Potential for scope creep in custom programming projects.
- Dependence on a single vendor for critical programming services.
Positive Signals
- Awarded through full and open competition.
- Firm Fixed Price contract type can control costs.
- Awarded to a known entity, Leidos, Inc.
Sector Analysis
This contract falls within the Information Technology sector, specifically custom computer programming. Federal spending in this area is substantial, supporting agency operations and modernization efforts. Benchmarks for similar services vary widely based on complexity and duration.
Small Business Impact
The data does not indicate whether small businesses were involved in this contract, either as prime contractors or subcontractors. Further analysis would be needed to determine small business participation.
Oversight & Accountability
Oversight would typically involve the contracting officer's representative (COR) monitoring performance and deliverables. The firm fixed price nature of the contract provides some cost control, but ongoing oversight is crucial for quality and adherence to scope.
Related Government Programs
- Custom Computer Programming Services
- Department of Justice Contracting
- Federal Bureau of Investigation Programs
Risk Flags
- Lack of detailed performance metrics.
- Potential for cost overruns if scope is not tightly managed.
- Dependence on a single vendor for critical custom development.
- Limited insight into the specific technical capabilities delivered.
Tags
custom-computer-programming-services, department-of-justice, wv, purchase-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $22.7 million to LEIDOS, INC.. IGF::OT::IGF
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Justice (Federal Bureau of Investigation).
What is the total obligated amount?
The obligated amount is $22.7 million.
What is the period of performance?
Start: 2017-04-25. End: 2018-09-27.
What specific programming services were rendered, and how do they align with the FBI's strategic objectives?
The provided data identifies the service as 'Custom Computer Programming Services' (NAICS 541511). While the exact nature of the programming is not detailed, it likely supports the FBI's mission by developing or enhancing software for data analysis, case management, intelligence gathering, or internal operations. Alignment with strategic objectives would require reviewing the specific statement of work and the FBI's current technology roadmaps.
What was the competitive landscape like for this specific programming need, and did the competition drive down costs effectively?
The contract was awarded under 'FULL AND OPEN COMPETITION,' suggesting multiple bidders were allowed. While this generally promotes cost reduction, the effectiveness in driving down costs depends on the number and quality of bids received, the complexity of the requirements, and the specific pricing strategies employed by the bidders. Without bid data, it's difficult to definitively assess cost-effectiveness.
How will the effectiveness of these custom programming services be measured to ensure value for taxpayer money?
Effectiveness measurement typically relies on the contract's performance metrics and deliverables outlined in the Statement of Work (SOW). For custom programming, this could include adherence to technical specifications, successful integration, user acceptance testing, and achievement of defined functional requirements. The contracting officer's representative (COR) is responsible for monitoring these aspects to ensure the delivered services provide the intended value.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 700 N FREDERICK AVE, GAITHERSBURG, MD, 20879
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $22,659,469
Exercised Options: $22,659,469
Current Obligation: $22,659,469
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Timeline
Start Date: 2017-04-25
Current End Date: 2018-09-27
Potential End Date: 2018-09-27 00:00:00
Last Modified: 2020-02-19
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 Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)