NOAA Awards $19.9M Facilities Support Services Contract to Leidos, Inc. for 3 Years
Contract Overview
Contract Amount: $19,901,396 ($19.9M)
Contractor: Leidos, Inc.
Awarding Agency: Department of Commerce
Start Date: 2007-06-29
End Date: 2010-06-30
Contract Duration: 1,097 days
Daily Burn Rate: $18.1K/day
Number of Offers Received: 5
Pricing Type: COMBINATION (APPLIES TO AWARDS WHERE TWO OR MORE OF THE ABOVE APPLY)
Sector: Other
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92121
Plain-Language Summary
Department of Commerce obligated $19.9 million to LEIDOS, INC. for work described as: Key points: 1. The contract value is $19.9 million over its 3-year duration. 2. Leidos, Inc. is the sole awardee, raising questions about competition. 3. The contract falls under Facilities Support Services, a common government need. 4. The award was made under the 'Combination' contract type, suggesting a complex procurement.
Value Assessment
Rating: fair
The contract value of $19.9 million for three years of facilities support services appears reasonable given the scope. Benchmarking against similar contracts for large-scale facilities management would be necessary for a definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This appears to be a sole-source award, which limits competitive pressure and potentially impacts price discovery. The 'Combination' contract type may indicate a specialized requirement that led to this approach.
Taxpayer Impact: The sole-source nature of this award means taxpayers may not have benefited from the lowest possible price achievable through open competition.
Public Impact
Ensures continued operation of NOAA facilities, supporting critical scientific and weather-related missions. Potential for higher costs due to lack of competition. Impacts small businesses if subcontracting opportunities are not actively pursued.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition.
- Lack of transparency in pricing due to sole-source nature.
- Potential for cost overruns if not closely managed.
Positive Signals
- Ensures continuity of essential services.
- Leidos, Inc. is a large, established government contractor.
Sector Analysis
Facilities Support Services are crucial for government operations, encompassing maintenance, repair, and management of physical infrastructure. Spending in this sector is generally stable, driven by the need to maintain aging federal buildings and support agency missions.
Small Business Impact
The data does not indicate any specific provisions for small business participation. As a sole-source award, opportunities for small businesses to subcontract may be limited unless explicitly mandated by the contracting agency.
Oversight & Accountability
The 'Combination' contract type and sole-source award warrant close oversight to ensure fair pricing and effective service delivery. Regular performance reviews and cost audits are essential for accountability.
Related Government Programs
- Facilities Support Services
- Department of Commerce Contracting
- National Oceanic and Atmospheric Administration Programs
Risk Flags
- Sole-source award limits competition.
- Potential for higher costs.
- Lack of transparency in pricing.
- Limited small business opportunities.
- Need for strong contract oversight.
Tags
facilities-support-services, department-of-commerce, ca, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $19.9 million to LEIDOS, INC.. See the official description on USAspending.
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).
What is the total obligated amount?
The obligated amount is $19.9 million.
What is the period of performance?
Start: 2007-06-29. End: 2010-06-30.
What specific factors justified the sole-source award for these facilities support services, and were alternatives thoroughly explored?
The justification for a sole-source award typically involves unique capabilities, urgent needs, or a lack of other responsible sources. For this contract, the 'Combination' type suggests a complex requirement. A thorough review of the contracting officer's determination and findings (D&F) would be necessary to understand the specific rationale and confirm that competitive alternatives were indeed considered and found unsuitable.
How does the $19.9 million contract value compare to industry benchmarks for similar facilities support services over a three-year period?
Without specific details on the scope of services (e.g., square footage, types of facilities, specific maintenance requirements), a precise benchmark is difficult. However, for large-scale federal facilities, this value is within a plausible range. A detailed comparison would require access to similar contract data, factoring in geographic location, service complexity, and security requirements.
What mechanisms are in place to ensure Leidos, Inc. provides cost-effective services and prevents potential overpricing given the sole-source nature of the award?
Effective oversight relies on robust contract administration, including performance metrics, regular reporting, and potentially cost-reimbursement elements or price adjustments tied to market indices. The agency should conduct periodic reviews of the contractor's performance and costs to ensure value for money and adherence to the contract terms.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: RESEARCH AND DEVELOPMENT › DEFENSE (OTHER) R&D
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 10260 CAMPUS POINT DR, SAN DIEGO, CA, 92121
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $20,004,276
Exercised Options: $20,004,276
Current Obligation: $19,901,396
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: DOCQA133005CQ1035
IDV Type: IDC
Timeline
Start Date: 2007-06-29
Current End Date: 2010-06-30
Potential End Date: 2010-06-30 00:00:00
Last Modified: 2020-05-15
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 Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)