BAE Systems awarded $26.7M for Counter-IED expertise, impacting operational readiness and intelligence integration
Contract Overview
Contract Amount: $26,747,965 ($26.7M)
Contractor: BAE Systems Technology Solutions & Services Inc.
Awarding Agency: General Services Administration
Start Date: 2012-04-09
End Date: 2017-04-08
Contract Duration: 1,825 days
Daily Burn Rate: $14.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: COST PLUS AWARD FEE
Sector: Defense
Official Description: IGF::OT::IGF, THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE THE JOINT IMPROVISED EXPLOSIVE DEVICE (IED) DEFEAT ORGANIZATION (JIEDDO) COUNTER-IED OPERATIONS/INTELLIGENCE INTEGRATION CENTER (COIC) WITH SERVICES TO PROVIDE EXPERTISE IN ALL ASPECTS OF COUNTER-IED (C-IED) OPERATIONS TO DEVELOP, EVALUATE, AND CONDUCT TRAINING COURSES CONCERNING THE OPERATIONAL APPLICATION OF COIC TOOLS AND METHODOLOGIES USED TO IDENTIFY HUMAN ENEMY NETWORKS THAT EMPLOY IEDS
Place of Performance
Location: ROCKVILLE, MONTGOMERY County, MARYLAND, 20850
State: Maryland Government Spending
Plain-Language Summary
General Services Administration obligated $26.7 million to BAE SYSTEMS TECHNOLOGY SOLUTIONS & SERVICES INC. for work described as: IGF::OT::IGF, THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE THE JOINT IMPROVISED EXPLOSIVE DEVICE (IED) DEFEAT ORGANIZATION (JIEDDO) COUNTER-IED OPERATIONS/INTELLIGENCE INTEGRATION CENTER (COIC) WITH SERVICES TO PROVIDE EXPERTISE IN ALL ASPECTS OF COUNTER-IED (C-IED) OPERATIONS TO… Key points: 1. Contract provides critical expertise for counter-IED operations and intelligence integration, directly supporting national security objectives. 2. The cost-plus-award-fee structure incentivizes performance and quality of services delivered. 3. Full and open competition suggests a robust market for these specialized services. 4. The contract duration of five years indicates a sustained need for these capabilities. 5. Services focus on developing and evaluating training for identifying enemy networks employing IEDs. 6. The contract supports the Joint Improvised Explosive Device Defeat Organization (JIEDDO) and its Counter-IED Operations/Intelligence Integration Center (COIC).
Value Assessment
Rating: good
The contract's cost-plus-award-fee (CPAF) structure allows for performance-based incentives, potentially driving value. Benchmarking against similar CPAF contracts for specialized intelligence and training services would provide a clearer picture of cost-effectiveness. Given the specialized nature of Counter-IED (C-IED) expertise, direct price comparisons are challenging, but the award amount over five years suggests a significant investment in critical capabilities.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors were likely solicited and had the opportunity to bid. The presence of five bidders suggests a competitive environment for these specialized C-IED services. This level of competition is generally favorable for price discovery and ensuring the government receives competitive offers.
Taxpayer Impact: Taxpayers benefit from a competitive bidding process that aims to secure specialized expertise at the best possible price, reducing the risk of overpayment for critical national security services.
Public Impact
Military personnel and intelligence analysts benefit from enhanced training and tools to identify and counter Improvised Explosive Devices (IEDs). Improved operational readiness and effectiveness for forces engaged in counter-IED missions. Intelligence integration is strengthened, leading to better understanding and disruption of enemy networks. The services contribute to the safety of U.S. forces and allies by mitigating the threat of IEDs. Workforce implications include the need for highly skilled subject matter experts in C-IED operations and intelligence analysis.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if award fees are consistently maximized without commensurate performance gains.
- Reliance on a single contractor for critical, specialized expertise could pose a risk if performance degrades.
- The evolving nature of IED threats requires continuous adaptation of training and methodologies.
Positive Signals
- Full and open competition indicates a healthy market and potential for multiple qualified sources.
- The CPAF structure incentivizes high performance and quality service delivery.
- The contract duration suggests a stable, long-term need for these vital services.
Sector Analysis
This contract falls within the broader defense and intelligence services sector, specifically focusing on Counter-Improvised Explosive Device (C-IED) operations and intelligence integration. The market for such specialized expertise is driven by ongoing global security threats. Comparable spending benchmarks would likely be found within other contracts providing advanced training, intelligence analysis, and operational support to defense agencies.
Small Business Impact
The provided data does not indicate any specific small business set-asides or subcontracting requirements for this contract. As a full and open competition award, the primary focus was likely on securing the best overall offer from the market. Further analysis would be needed to determine if small businesses were involved as subcontractors.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer's representative (COR) within the General Services Administration (GSA) and the relevant program office within JIEDDO/COIC. Performance monitoring is inherent in the Cost Plus Award Fee (CPAF) structure, which requires regular evaluation against defined criteria. Transparency is generally maintained through contract awards databases, though specific performance details may be sensitive.
Related Government Programs
- JIEDDO Operations Support
- Intelligence Analysis Services
- Military Training and Simulation
- Counter-Terrorism Support
- Special Operations Forces Support
Risk Flags
- Performance Risk
- Cost Control Risk
- Technical Obsolescence Risk
- Contractor Dependency Risk
Tags
defense, intelligence, counter-ied, training, full-and-open-competition, cost-plus-award-fee, jieddo, maryland, business-support-services, delivery-order, gsa
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $26.7 million to BAE SYSTEMS TECHNOLOGY SOLUTIONS & SERVICES INC.. IGF::OT::IGF, THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE THE JOINT IMPROVISED EXPLOSIVE DEVICE (IED) DEFEAT ORGANIZATION (JIEDDO) COUNTER-IED OPERATIONS/INTELLIGENCE INTEGRATION CENTER (COIC) WITH SERVICES TO PROVIDE EXPERTISE IN ALL ASPECTS OF COUNTER-IED (C-IED) OPERATIONS TO DEVELOP, EVALUATE, AND CONDUCT TRAINING COURSES CONCERNING THE OPERATIONAL APPLICATION OF COIC TOOLS AND METHODOLOGIES USED TO IDENTIFY HUMAN ENEMY NETWORKS THAT EMPLOY IEDS
Who is the contractor on this award?
The obligated recipient is BAE SYSTEMS TECHNOLOGY SOLUTIONS & SERVICES INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $26.7 million.
What is the period of performance?
Start: 2012-04-09. End: 2017-04-08.
What is the historical spending trend for Counter-IED (C-IED) operations and intelligence integration services by the U.S. government?
Historical spending on C-IED capabilities has fluctuated based on operational tempo and perceived threats. Following major conflicts where IEDs were prevalent, such as in Iraq and Afghanistan, spending on C-IED technologies, training, and intelligence surged. Agencies like JIEDDO were established or expanded to centralize these efforts. While direct spending figures for C-IED intelligence integration are often embedded within larger defense budgets, the creation and sustainment of specialized centers like COIC, supported by contracts like this one, indicate a sustained, albeit potentially evolving, investment. Post-major combat operations, the focus may shift from immediate battlefield support to persistent intelligence gathering, threat analysis, and training for future contingencies, suggesting a continued, but perhaps more targeted, allocation of resources.
How does the performance of BAE Systems Technology Solutions & Services Inc. on similar contracts compare to the value received in this award?
Assessing BAE Systems' performance on similar contracts requires access to past performance evaluations and award fee determinations, which are often not publicly disclosed. However, BAE Systems is a large defense contractor with a broad portfolio of services, including intelligence, training, and technology solutions. Their track record generally indicates experience in delivering complex programs for government clients. The value received in this specific award can be partially inferred from the competitive nature of the procurement (full and open competition with five bidders) and the CPAF structure, which aims to align contractor performance with government objectives. Without specific performance metrics or comparative contract data, a definitive value assessment is challenging, but the sustained award over five years suggests satisfactory performance and a recognized capability in the C-IED domain.
What are the key performance indicators (KPIs) used to evaluate BAE Systems under this Cost Plus Award Fee (CPAF) contract?
While the specific Key Performance Indicators (KPIs) for this contract are not publicly detailed, CPAF contracts typically tie award fees to the achievement of clearly defined performance objectives and metrics. For a contract focused on C-IED operations and intelligence integration expertise, KPIs would likely revolve around the quality and effectiveness of training courses developed and delivered, the accuracy and timeliness of intelligence analysis provided, the successful integration of COIC tools and methodologies, and the overall contribution to identifying and disrupting enemy networks. Other potential KPIs could include responsiveness to taskings, adherence to project schedules, and the development of innovative solutions to evolving C-IED challenges. The government would assess performance against these KPIs to determine the level of award fee earned by BAE Systems.
What is the potential risk associated with the sole reliance on BAE Systems for these specialized Counter-IED (C-IED) intelligence integration services?
The primary risk associated with relying on a single contractor for specialized services like C-IED intelligence integration is the potential for performance degradation, lack of innovation, or increased costs over time due to reduced competitive pressure. If BAE Systems were to underperform, the government might face challenges in transitioning to a new contractor, especially given the niche expertise required. Furthermore, a lack of ongoing competition could lead to complacency and potentially higher prices in future contract renewals. However, the initial award was made under full and open competition, suggesting a competitive market existed. Mitigation strategies could include robust contract oversight, clear performance standards, and potentially fostering competition through task orders or future recompetes.
How does this contract contribute to the broader mission of the Joint Improvised Explosive Device Defeat Organization (JIEDDO)?
This contract directly supports JIEDDO's core mission of defeating improvised explosive devices by providing essential expertise to the Counter-IED Operations/Intelligence Integration Center (COIC). JIEDDO aims to reduce the effectiveness of IEDs against U.S. and allied forces by synchronizing efforts across intelligence, operations, and technology. The services procured under this task order enable COIC to develop, evaluate, and conduct training on tools and methodologies crucial for identifying human enemy networks that employ IEDs. This contributes to JIEDDO's overall strategy by enhancing the capabilities of personnel who analyze threats, develop countermeasures, and implement effective C-IED strategies, ultimately aiming to save lives and improve mission success.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Business Support Services › All Other Business Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 5
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Parent Company: BAE Systems PLC (UEI: 217304393)
Address: 520 GAITHER ROAD, ROCKVILLE, MD, 20850
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $68,944,883
Exercised Options: $44,476,448
Current Obligation: $26,747,965
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: GST0012AJ0035
IDV Type: IDC
Timeline
Start Date: 2012-04-09
Current End Date: 2017-04-08
Potential End Date: 2017-04-08 00:00:00
Last Modified: 2017-04-11
More Contracts from BAE Systems Technology Solutions & Services Inc.
- Systems Engineering, Integration and Program Management Support for the Icbm Systems Directorate — $2.2B (Department of Defense)
- Federal Contract — $721.1M (Department of Defense)
- SP201 Systems Engineering & Integration Support Services — $459.0M (Department of Defense)
- SP2012 Ssbn Replacement CMC — $353.1M (Department of Defense)
- High Performance Computing (HPC) Centers Program of the DOD HPC Modernization Program Office (hpcmpo), Under the U.S. Army Engineer Research and Development Center (erdc) Oversees 5 DOD Supercomputing Research Centers (dsrcs) — $344.5M (Department of Defense)
View all BAE Systems Technology Solutions & Services Inc. federal contracts →
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)