DOJ's $204M Litigation Support Contract with Leidos Faces Scrutiny Over Value and Competition
Contract Overview
Contract Amount: $20,465,175 ($20.5M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Justice
Start Date: 2013-09-26
End Date: 2021-05-31
Contract Duration: 2,804 days
Daily Burn Rate: $7.3K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: IGF::CT::IGF THIS CONTRACT WILL BE USED TO PROVIDE PROFESSIONAL LITIGATION SUPPORT PRODUCTS AND SERVICES TO THE DEPARTMENT OF JUSTICE AND OTHER FEDERAL AGENCIES ON AN INDEFINITE DELIVERY, INDEFINITE QUANTITY TASK ORDER BASIS. INDIVIDUAL TASK ORDERS ISSUED UNDER THIS CONTRACT MAY SUPPORT ANY DEPARTMENT OF JUSTICE ORGANIZATION OR FEDERAL AGENCY ON A LOCAL AND/OR NATIONWIDE BASIS. SERVICES MAY BE REQUIRED ANYWHERE IN OR OUTSIDE OF THE UNITED STATES AND ITS TERRITORIES. THIS CONTRACT WILL ALSO BE USED TO SUPPORT CASE- OR INVESTIGATION-RELATED ADMINISTRATIVE FUNCTIONS
Place of Performance
Location: GAITHERSBURG, MONTGOMERY County, MARYLAND, 20878
State: Maryland Government Spending
Plain-Language Summary
Department of Justice obligated $20.5 million to LEIDOS, INC. for work described as: IGF::CT::IGF THIS CONTRACT WILL BE USED TO PROVIDE PROFESSIONAL LITIGATION SUPPORT PRODUCTS AND SERVICES TO THE DEPARTMENT OF JUSTICE AND OTHER FEDERAL AGENCIES ON AN INDEFINITE DELIVERY, INDEFINITE QUANTITY TASK ORDER BASIS. INDIVIDUAL TASK ORDERS ISSUED UNDER THIS CONTRACT MAY… Key points: 1. The contract awarded to Leidos, Inc. for litigation support services has a significant value of over $204 million. 2. Competition was full and open, suggesting a competitive bidding process. 3. Potential risks include the broad scope of services and nationwide/international applicability, which could lead to cost overruns. 4. The IT and Professional Services sector is characterized by high demand for specialized legal support.
Value Assessment
Rating: fair
The contract's value of $204 million over its lifespan is substantial. Without specific task order data, it's difficult to benchmark per-unit costs against similar litigation support services, making a precise value assessment challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating multiple bids were likely considered. This method generally promotes price discovery, but the indefinite delivery/indefinite quantity (IDIQ) nature means final pricing depends on specific task orders.
Taxpayer Impact: While competition was robust, the broad scope and long duration of the contract could lead to significant taxpayer expenditure if not managed effectively through task order oversight.
Public Impact
Taxpayers fund essential legal services for federal agencies, impacting justice system operations. The contract supports critical administrative functions for investigations and legal cases. Leidos, Inc. provides vital professional services to the Department of Justice and other federal entities. The broad geographic scope means services could be utilized anywhere, affecting resource allocation and potential costs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Broad scope of services and potential for nationwide/international application
- IDIQ contract structure can obscure true cost without detailed task order analysis
- Long contract duration (2013-2021) may not reflect current market rates
Positive Signals
- Awarded under full and open competition
- Supports critical government functions
- Experienced contractor (Leidos, Inc.)
Sector Analysis
This contract falls within the professional services sector, specifically legal support. Spending benchmarks for such services vary widely based on complexity and duration, but a $204M IDIQ contract indicates a significant, long-term need for specialized legal expertise within the federal government.
Small Business Impact
The data indicates this contract was awarded to Leidos, Inc. and does not specify any set-asides for small businesses. Therefore, the direct impact on small businesses is unclear, and opportunities for subcontracting are not detailed.
Oversight & Accountability
The IDIQ structure necessitates robust oversight at the task order level to ensure fair pricing and effective service delivery. Accountability rests with the Department of Justice to manage individual task orders and monitor contractor performance throughout the contract's lifespan.
Related Government Programs
- All Other Legal Services
- Department of Justice Contracting
- Offices, Boards and Divisions Programs
Risk Flags
- Potential for cost overruns due to broad scope and indefinite nature
- Lack of specific task order data hinders detailed value analysis
- Long contract duration may not reflect current market efficiencies
- Limited insight into specific performance metrics and potential disputes
Tags
all-other-legal-services, department-of-justice, md, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $20.5 million to LEIDOS, INC.. IGF::CT::IGF THIS CONTRACT WILL BE USED TO PROVIDE PROFESSIONAL LITIGATION SUPPORT PRODUCTS AND SERVICES TO THE DEPARTMENT OF JUSTICE AND OTHER FEDERAL AGENCIES ON AN INDEFINITE DELIVERY, INDEFINITE QUANTITY TASK ORDER BASIS. INDIVIDUAL TASK ORDERS ISSUED UNDER THIS CONTRACT MAY SUPPORT ANY DEPARTMENT OF JUSTICE ORGANIZATION OR FEDERAL AGENCY ON A LOCAL AND/OR NATIONWIDE BASIS. SERVICES MAY BE REQUIRED ANYWHERE IN OR OUTSIDE OF THE UNITED STATES AND ITS TERRITORIES. THIS CONTRACT WILL ALSO BE U
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Justice (Offices, Boards and Divisions).
What is the total obligated amount?
The obligated amount is $20.5 million.
What is the period of performance?
Start: 2013-09-26. End: 2021-05-31.
What was the actual total amount spent across all task orders issued under this contract, and how does it compare to the ceiling value?
The provided data shows a ceiling value of $204,651,74.87. To assess the true value and taxpayer impact, a detailed analysis of all individual task orders issued between the contract's start and end dates is required. This would reveal the actual expenditure and whether it aligns with the anticipated need and competitive pricing.
Were there any performance issues or disputes reported during the contract's duration, and how were they resolved?
Information regarding performance issues or disputes is not included in the provided data. A comprehensive risk assessment would require reviewing contract performance reports, any claims filed, or modifications made due to performance deficiencies. Such details are crucial for understanding the contractor's reliability and the effectiveness of the oversight mechanisms.
How did the pricing of individual task orders compare to market rates for similar litigation support services at the time of issuance?
Benchmarking task order pricing against market rates is essential for evaluating value. Without access to the specific task orders and their associated pricing, it's impossible to determine if competitive bids resulted in favorable rates. This comparison is key to understanding if taxpayers received good value for the services rendered.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Legal Services › All Other Legal Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 4
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
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: $20,465,175
Exercised Options: $20,465,175
Current Obligation: $20,465,175
Actual Outlays: $4,053,059
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: DJJ13C2441
IDV Type: IDC
Timeline
Start Date: 2013-09-26
Current End Date: 2021-05-31
Potential End Date: 2021-05-31 00:00:00
Last Modified: 2023-08-28
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.)