DOJ's $46M Litigation Support Contract to Leidos, Inc. Awarded via Full and Open Competition
Contract Overview
Contract Amount: $46,115,727 ($46.1M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Justice
Start Date: 2013-12-16
End Date: 2021-08-31
Contract Duration: 2,815 days
Daily Burn Rate: $16.4K/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 $46.1 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. Contract provides broad litigation support services to DOJ and other federal agencies nationwide. 2. Services can be required anywhere, domestically or internationally, indicating significant operational flexibility. 3. The contract's indefinite delivery, indefinite quantity (IDIQ) nature allows for fluctuating demand. 4. Awarded to Leidos, Inc., a major federal contractor with a substantial presence in various sectors. 5. The contract duration of over 7 years suggests a long-term need for these services. 6. The use of Time and Materials (T&M) pricing may pose cost control challenges if not managed diligently.
Value Assessment
Rating: fair
The total obligated amount of $46.1 million over nearly 8 years suggests a moderate level of spending for litigation support services. Benchmarking this against similar contracts is challenging without more specific service details and task order values. However, the duration and scope indicate a significant investment. The Time and Materials (T&M) pricing structure, while flexible, can lead to cost overruns if not closely monitored, potentially impacting overall value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to compete. The specific number of bidders is not provided, but this approach generally fosters competitive pricing and allows the government to select the best value. The open competition suggests a healthy market for litigation support services.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically drives down prices through market forces and ensures the government receives competitive offers, maximizing the value of taxpayer dollars.
Public Impact
Federal agencies, particularly the Department of Justice, benefit from access to specialized litigation support. Services include administrative functions and support for case- or investigation-related activities. The contract has nationwide and potentially international reach, supporting diverse legal needs. The contract supports a workforce skilled in legal support, administration, and potentially specialized litigation tasks.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost escalation due to Time and Materials (T&M) pricing without strict oversight.
- Broad scope could lead to unpredicted service demands and budget fluctuations.
- Reliance on a single large contractor for critical litigation support functions.
- Geographic flexibility could increase logistical complexities and costs for task orders.
Positive Signals
- Awarded through full and open competition, suggesting competitive pricing and best value.
- Long contract duration (over 7 years) provides stability and continuity of essential services.
- IDIQ structure allows flexibility to meet varying agency needs.
- Leidos, Inc. is an established contractor with significant experience in government services.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically legal services. The market for litigation support is substantial, driven by the high volume of legal actions undertaken by federal agencies. This contract represents a significant portion of spending for specialized legal support, enabling agencies like the DOJ to manage their caseloads effectively. Comparable spending benchmarks would depend on the specific types of litigation support procured.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a large IDIQ contract awarded through full and open competition, it is likely that Leidos, Inc. may utilize small businesses as subcontractors to fulfill specific task order requirements. However, without explicit subcontracting plans or goals detailed in the award data, the direct impact on the small business ecosystem is unclear, though large prime contractors often leverage small business capabilities.
Oversight & Accountability
Oversight for this contract would primarily reside with the contracting officers and program managers within the Department of Justice and any other utilizing federal agencies. The indefinite delivery, indefinite quantity (IDIQ) nature requires diligent management of individual task orders to ensure adherence to scope, cost, and performance standards. Transparency is facilitated through contract award databases, but detailed oversight of task order execution and contractor performance relies on agency-specific internal controls and reporting.
Related Government Programs
- Department of Justice Litigation Support Services
- Federal Legal Services Contracts
- Professional, Scientific, and Technical Services
- Indefinite Delivery Indefinite Quantity (IDIQ) Contracts
- Time and Materials Contracts
Risk Flags
- Potential for cost overruns due to Time and Materials pricing.
- Broad scope and geographic flexibility may lead to unpredictable costs and logistical challenges.
- Lack of specific competition details (number of bidders) limits assessment of price discovery.
- Long contract duration requires sustained oversight to ensure continued value.
Tags
legal-services, litigation-support, department-of-justice, federal-agency, idiq, time-and-materials, full-and-open-competition, leidos-inc, professional-services, nationwide, multi-year
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $46.1 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 $46.1 million.
What is the period of performance?
Start: 2013-12-16. End: 2021-08-31.
What is the historical spending pattern for this specific contract vehicle?
The provided data indicates a total obligated amount of $46,115,726.79 against this contract. The contract was awarded on December 16, 2013, and ended on August 31, 2021, spanning a duration of approximately 7 years and 8 months. The average annual spending under this contract would be roughly $5.9 million ($46.1M / 7.6 years). However, the spending may not have been evenly distributed throughout the contract's life, as IDIQ contracts often see fluctuating demand based on agency needs and specific task orders issued. Further analysis of individual task order data would be required to understand the precise spending trajectory and peak periods.
How does the pricing structure (Time and Materials) compare to other litigation support contracts?
Time and Materials (T&M) contracts offer flexibility by reimbursing the contractor for direct labor hours at specified rates and for the actual cost of materials. This structure is common for services where the scope of work is not clearly defined at the outset or is expected to evolve. Compared to Firm-Fixed-Price (FFP) contracts, T&M can be less predictable in terms of final cost. For litigation support, T&M allows agencies to adapt to changing case complexities. However, it places a greater burden on the government to monitor labor hours and material costs to ensure efficiency and prevent overruns. Many similar large-scale support contracts might utilize a hybrid approach or FFP for well-defined components.
What is Leidos, Inc.'s track record with similar government contracts?
Leidos, Inc. is a major government contractor with extensive experience across various federal agencies and service areas, including IT, defense, intelligence, and healthcare. They frequently hold large IDIQ contracts similar in nature to this litigation support vehicle. Their track record generally includes successful execution of complex programs, though like any large contractor, they may have faced scrutiny or performance issues on specific contracts. Given their size and market position, they are a common awardee for broad professional services contracts. A detailed review of their past performance evaluations and any contract disputes would provide a more granular assessment.
What are the potential risks associated with the broad geographic scope and service requirements?
The broad geographic scope (anywhere in or outside the US) and the indefinite nature of task orders present several risks. Logistical challenges and increased travel costs can arise when services are needed in remote or international locations. Managing a distributed workforce requires robust communication and coordination infrastructure. Furthermore, the "any Department of Justice organization or Federal agency" clause means demand can be unpredictable and widespread, potentially straining resources or requiring rapid mobilization. This necessitates strong program management from both the contractor and the government to ensure timely and cost-effective service delivery across diverse environments.
How does the 'All Other Legal Services' NAICS code (541199) define the scope of this contract?
The North American Industry Classification System (NAICS) code 541199, 'All Other Legal Services,' encompasses legal services not classified under other specific codes like legal counsel or patent services. For this contract, it broadly covers professional litigation support products and services. This can include a wide range of activities such as legal research, document management, e-discovery, paralegal support, administrative functions related to litigation, expert witness support, and potentially trial preparation assistance. The 'all other' designation suggests a flexible scope designed to accommodate various, less standardized legal support needs that arise within the Department of Justice and other federal agencies.
What is the significance of this contract being an Indefinite Delivery, Indefinite Quantity (IDIQ) contract?
An IDIQ contract, like this one, establishes a framework for services over a period but does not guarantee a minimum or maximum purchase amount beyond any stated minimum guarantee. Task orders are issued as needed, allowing agencies flexibility to procure services based on fluctuating requirements. For litigation support, this is advantageous as caseloads and specific case needs can vary significantly. It enables the government to respond efficiently to evolving legal challenges without needing to re-compete contracts frequently. However, it requires careful management of task orders to control spending and ensure the contractor maintains adequate capacity.
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: $46,115,730
Exercised Options: $46,115,727
Current Obligation: $46,115,727
Actual Outlays: $18,444,010
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: DJJ13C2441
IDV Type: IDC
Timeline
Start Date: 2013-12-16
Current End Date: 2021-08-31
Potential End Date: 2021-08-31 00:00:00
Last Modified: 2022-04-27
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.)