Leidos Inc. awarded $14.35M task order for Human Resources Consulting Services by DHS TSA
Contract Overview
Contract Amount: $145,352,329 ($145.4M)
Contractor: Leidos Inc
Awarding Agency: Department of Homeland Security
Start Date: 2012-01-02
End Date: 2014-01-31
Contract Duration: 760 days
Daily Burn Rate: $191.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIXED PRICE AWARD FEE
Sector: Other
Official Description: THE PURPOSE OF THIS TASK ORDER (HSTS01-12-J-HRM040) IS TO REVISE OPTION YEAR 3 SCHEDULE B "B.1 SCHEDULE OF SUPPLIES OR SERVICES AND PRICES/COSTS" LINE ITEMS, AS MODIFIED IN IDIQ CONTRACT MODIFICATION P00050, DUE TO THE CONTINUING RESOLUTION (CR) CURRENTLY IN PLACE, AND FUND THE OPTION YEAR 3 CLINS IDENTIFIED HEREIN IN THE AMOUNT OF $ 14,350,604.82.
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $145.4 million to LEIDOS INC for work described as: THE PURPOSE OF THIS TASK ORDER (HSTS01-12-J-HRM040) IS TO REVISE OPTION YEAR 3 SCHEDULE B "B.1 SCHEDULE OF SUPPLIES OR SERVICES AND PRICES/COSTS" LINE ITEMS, AS MODIFIED IN IDIQ CONTRACT MODIFICATION P00050, DUE TO THE CONTINUING RESOLUTION (CR) CURRENTLY IN PLACE, AND FUND THE O… Key points: 1. The contract focuses on revising option year schedules and funding existing line items. 2. This task order is a modification to an existing IDIQ contract. 3. The award is a Fixed Price Award Fee type, indicating performance incentives. 4. The contract duration is 760 days, spanning approximately two years. 5. The services are classified under Human Resources Consulting Services (NAICS 541612). 6. The contract was awarded under Full and Open Competition. 7. The task order is a Delivery Order under an existing contract.
Value Assessment
Rating: good
The awarded amount of $14.35 million for Human Resources Consulting Services appears reasonable for a two-year task order of this nature. Benchmarking against similar HR consulting contracts within the federal government would provide a more precise value assessment. The Fixed Price Award Fee structure suggests that the government aims to incentivize performance and achieve value for money, with potential for higher payouts based on contractor performance.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under Full and Open Competition, indicating that all responsible sources were permitted to submit offers. This competitive process is expected to foster price discovery and ensure the government receives competitive pricing. The specific number of bidders is not provided, but the open competition suggests a robust selection process.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down costs through market forces and ensuring a wider pool of qualified contractors can compete for government work.
Public Impact
The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is the primary beneficiary of these HR consulting services. The services are aimed at revising and funding HR-related schedules and line items, supporting the TSA's operational and administrative functions. The geographic impact is likely focused on TSA facilities and personnel, primarily within Virginia where the contractor is located. Workforce implications include potential support for TSA HR personnel and the contractors themselves, contributing to employment in the HR consulting sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if performance incentives are not carefully managed.
- Reliance on a single contractor (Leidos Inc.) for critical HR consulting services could pose a risk if performance degrades.
- The task order's modification nature suggests potential for scope creep or evolving requirements.
Positive Signals
- Awarded under full and open competition, suggesting a competitive pricing environment.
- Fixed Price Award Fee structure incentivizes contractor performance and value.
- Leidos Inc. is a large, established government contractor with a track record in various service areas.
- The task order addresses specific needs related to schedule revisions and funding, indicating a focused objective.
Sector Analysis
Human Resources Consulting Services fall under the professional, scientific, and technical services sector. This sector is characterized by a wide range of specialized expertise. Federal spending in this area supports various government functions, from strategic planning to administrative support. Comparable spending benchmarks would involve analyzing other federal contracts for similar HR consulting services across different agencies.
Small Business Impact
The provided data indicates that small business participation (sb: false) was not a specific set-aside for this task order. There is no explicit information regarding subcontracting plans for small businesses. The impact on the small business ecosystem is likely minimal for this specific award, as it appears to be a direct award to a large prime contractor.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and program officials within the Transportation Security Administration. Accountability measures are embedded in the Fixed Price Award Fee structure, linking payment to performance. Transparency is generally maintained through contract award databases, though specific performance details may be proprietary. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Human Resources Management Services
- Professional and Management Consulting Services
- Department of Homeland Security Contracts
- Transportation Security Administration Support Services
- IDIQ Contract Modifications
Risk Flags
- Funding Uncertainty (due to Continuing Resolution)
- Performance Risk (Award Fee Component)
- Scope Creep Potential (Modification Nature)
Tags
sector-other, agency-dhs, agency-tsa, contract-type-delivery-order, contract-type-fixed-price-award-fee, competition-level-full-and-open, service-category-human-resources, service-category-consulting, location-virginia, contractor-leidos-inc, period-of-performance-760-days
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $145.4 million to LEIDOS INC. THE PURPOSE OF THIS TASK ORDER (HSTS01-12-J-HRM040) IS TO REVISE OPTION YEAR 3 SCHEDULE B "B.1 SCHEDULE OF SUPPLIES OR SERVICES AND PRICES/COSTS" LINE ITEMS, AS MODIFIED IN IDIQ CONTRACT MODIFICATION P00050, DUE TO THE CONTINUING RESOLUTION (CR) CURRENTLY IN PLACE, AND FUND THE OPTION YEAR 3 CLINS IDENTIFIED HEREIN IN THE AMOUNT OF $ 14,350,604.82.
Who is the contractor on this award?
The obligated recipient is LEIDOS INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $145.4 million.
What is the period of performance?
Start: 2012-01-02. End: 2014-01-31.
What is Leidos Inc.'s track record with the Department of Homeland Security and TSA?
Leidos Inc. has a significant history of contracting with the Department of Homeland Security (DHS) and its various components, including the Transportation Security Administration (TSA). Their portfolio often includes IT services, logistics, systems engineering, and professional services. Analyzing past performance reviews, contract modifications, and any past performance issues or commendations related to Leidos' work with DHS/TSA would provide a clearer picture of their reliability and capability for this specific HR consulting task order. A review of contract databases like FPDS or SAM.gov would reveal the extent and nature of their prior engagements.
How does the $14.35 million value compare to similar HR consulting contracts for federal agencies?
The $14.35 million value for a two-year task order (760 days) for Human Resources Consulting Services is within a typical range for federal contracts of this scope. However, a precise comparison requires detailed analysis of contract specifics such as the exact services rendered, the level of expertise required, and the agency's size and complexity. For instance, consulting services for large agencies like DHS might command higher prices due to the scale of operations and the criticality of HR functions. Benchmarking against contracts for similar services (e.g., workforce planning, compensation analysis, HR system implementation) awarded to other large federal contractors would provide a more robust comparison point.
What are the primary risks associated with this specific task order?
Key risks for this task order include potential scope creep, as it involves revising existing schedules and funding line items, which could expand beyond initial intentions. Performance risk is also present, as the Fixed Price Award Fee structure means the contractor's ability to meet performance objectives directly impacts their final payment. Furthermore, reliance on a single task order for critical HR functions could pose an operational risk if the contractor underperforms or faces resource constraints. The continuing resolution environment under which this funding was initiated might also introduce budgetary uncertainties if not fully resolved.
How effective are Fixed Price Award Fee contracts in ensuring value for money in HR consulting?
Fixed Price Award Fee (FPAF) contracts can be effective in ensuring value for money for HR consulting services by aligning contractor incentives with government objectives. The 'fixed price' component establishes a baseline cost, while the 'award fee' provides an opportunity for the contractor to earn additional profit based on achieving specific performance standards and objectives defined by the government. This structure encourages the contractor to not only complete the work but to do so efficiently and to a high standard. However, the effectiveness hinges on the clarity and measurability of the performance criteria and the rigor of the government's evaluation process.
What is the historical spending trend for Human Resources Consulting Services at TSA?
To assess historical spending trends for Human Resources Consulting Services at the TSA, one would need to analyze procurement data over several fiscal years. This would involve identifying all contracts awarded for NAICS code 541612 (Human Resources Consulting Services) or similar codes by the TSA. Examining the total dollar amounts obligated, the number of contracts awarded, and the primary contractors involved would reveal patterns. Significant year-over-year increases or decreases, or a heavy reliance on a few specific contractors, could indicate trends in TSA's approach to outsourcing HR functions and their budget allocation for these services.
What are the implications of this task order being a modification to an existing IDIQ contract?
This task order being a modification to an existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract signifies that the underlying contract vehicle was already established, likely through a prior competitive process. This streamlines the acquisition process for the task order itself. It implies that Leidos Inc. was already a pre-qualified vendor under the IDIQ. The modification nature suggests that the requirements (revising schedules, funding line items due to a continuing resolution) are either new additions or adjustments to the scope defined in the base IDIQ contract, rather than a completely new procurement.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Human Resources Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIXED PRICE AWARD FEE (M)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 2650 PARK TOWER DR, VIENNA, VA, 22180
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $196,186,746
Exercised Options: $145,352,329
Current Obligation: $145,352,329
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSTS0108DHRM010
IDV Type: IDC
Timeline
Start Date: 2012-01-02
Current End Date: 2014-01-31
Potential End Date: 2014-01-31 00:00:00
Last Modified: 2019-09-17
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 Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)