DHS Funds $70.5M Option Period 4 for Leidos HR Consulting Services
Contract Overview
Contract Amount: $109,145,763 ($109.1M)
Contractor: Leidos Inc
Awarding Agency: Department of Homeland Security
Start Date: 2013-01-02
End Date: 2014-03-01
Contract Duration: 423 days
Daily Burn Rate: $258.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIXED PRICE AWARD FEE
Sector: Other
Official Description: IGF::CL,CT::IGF THE PURPOSE OF TASK ORDER HSTS01-13-J-HRM022 AGAINST IDIQ HSTS01-08-D-HRM010 IS TO FUND THE OPTION PERIOD 4 CLINS AS EXERCISED IN MODIFICATION P00074 TO HSTS01-08-D-HRM010. OPTION PERIOD 4 IS HEREBY FUNDED FOR EIGHT (8) MONTHS OF PERFORMANCE, UNLESS OTHERWISE NOTED HEREIN, DUE TO THE FY 13 CONTINUING APPROPRIATIONS RESOLUTION (CR). THE CLINS ARE ONLY EXERCISED AND FUNDED AT THE LEVELS IDENTIFIED HEREIN AND ANY FUTURE FUNDING MODIFICATIONS, IF AWARDED. TSA AMS CLAUSES 3.3.1.12 "LIMITATION OF COST (FEB 2003)" AND 3.3.1.14 "LIMITATION OF FUNDS (FEB 2003)" SHALL APPLY. THE ATTACHED OPTION PERIOD 4 SCHEDULE B "SUPPLIES OR SERVICES AND PRICE/COSTS" IS HEREBY INCORPORATED INTO THIS TASK ORDER. THE OBLIGATED VALUE FOR THIS TASK ORDER IS $70,506,171.95. THE CEILING FOR THIS TASK ORDER IS $133,377,453.47. EXCEPT AS PROVIDED HEREIN, ALL TERMS AND CONDITIONS OF THE CONTRACT REMAIN UNCHANGED AND IN FULL FORCE AND EFFECT UNLESS OTHERWISE CHANGED BY A CONTRACTING OFFICER.
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $109.1 million to LEIDOS INC for work described as: IGF::CL,CT::IGF THE PURPOSE OF TASK ORDER HSTS01-13-J-HRM022 AGAINST IDIQ HSTS01-08-D-HRM010 IS TO FUND THE OPTION PERIOD 4 CLINS AS EXERCISED IN MODIFICATION P00074 TO HSTS01-08-D-HRM010. OPTION PERIOD 4 IS HEREBY FUNDED FOR EIGHT (8) MONTHS OF PERFORMANCE, UNLESS OTHERWISE NOTE… Key points: 1. The task order funds an 8-month option period for Human Resources Consulting Services. 2. Leidos Inc. is the incumbent contractor, awarded under full and open competition. 3. The contract value for this option period is $70,506,171.95. 4. Funding is subject to FY13 Continuing Appropriations Resolution, with Limitation of Cost/Funds clauses applicable.
Value Assessment
Rating: good
The obligated value of $70.5M for an 8-month period appears reasonable for specialized HR consulting services, though direct comparison is difficult without detailed scope.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process that should have driven favorable pricing.
Taxpayer Impact: Taxpayer funds are being used to procure essential HR consulting services, with competition aiming for value.
Public Impact
Ensures continuity of critical Human Resources Consulting Services for TSA. Supports TSA's operational needs through expert HR support. Funding is tied to a Continuing Resolution, indicating potential budget uncertainties. The contract involves significant financial commitment for a defined period.
Waste & Efficiency Indicators
Waste Risk Score: 75 / 10
Warning Flags
- Funding contingent on CR may lead to future adjustments.
- Fixed Price Award Fee structure requires careful performance monitoring.
Positive Signals
- Awarded under full and open competition.
- Incumbent contractor with established performance.
- Clear definition of option period and funding.
Sector Analysis
This spending falls under professional services, specifically Human Resources Consulting. Benchmarks for similar large-scale HR consulting contracts can vary widely based on scope and duration.
Small Business Impact
The data indicates the awardee is Leidos Inc., a large business. There is no explicit mention of small business participation in this specific task order.
Oversight & Accountability
The task order references standard TSA AMS clauses for Limitation of Cost and Funds, indicating established oversight mechanisms. Modification P00074 exercised the option.
Related Government Programs
- Human Resources Consulting Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Funding dependent on Continuing Resolution.
- Potential for cost overruns with Award Fee structure.
- Need for ongoing performance monitoring of incumbent.
- Scope of services not fully detailed in provided data.
Tags
human-resources-consulting-services, department-of-homeland-security, va, delivery-order, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $109.1 million to LEIDOS INC. IGF::CL,CT::IGF THE PURPOSE OF TASK ORDER HSTS01-13-J-HRM022 AGAINST IDIQ HSTS01-08-D-HRM010 IS TO FUND THE OPTION PERIOD 4 CLINS AS EXERCISED IN MODIFICATION P00074 TO HSTS01-08-D-HRM010. OPTION PERIOD 4 IS HEREBY FUNDED FOR EIGHT (8) MONTHS OF PERFORMANCE, UNLESS OTHERWISE NOTED HEREIN, DUE TO THE FY 13 CONTINUING APPROPRIATIONS RESOLUTION (CR). THE CLINS ARE ONLY EXERCISED AND FUNDED AT THE LEVELS IDENTIFIED HEREIN AND ANY FUTURE FUNDING MODIFICATIONS, IF AWARDED. TSA AMS CLAUSES 3.3.1.12 "LI
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 $109.1 million.
What is the period of performance?
Start: 2013-01-02. End: 2014-03-01.
What specific HR consulting services are included in Option Period 4, and how do they align with TSA's strategic HR objectives?
Option Period 4 likely covers continued support for various HR functions such as personnel management, policy development, workforce planning, and potentially specialized areas like recruitment or training. Alignment with TSA's objectives would depend on the specific deliverables outlined in Schedule B, focusing on enhancing operational efficiency and employee support within the agency.
What is the historical performance of Leidos Inc. on this IDIQ contract, and are there any identified risks associated with their continued service delivery?
Historical performance data for Leidos Inc. on HSTS01-08-D-HRM010 would be crucial. While the award under full and open competition suggests initial promise, ongoing monitoring is needed. Risks could include potential cost overruns if the award fee structure isn't managed effectively, or performance degradation over time, necessitating close oversight by the TSA.
How does the $70.5M funding for an 8-month period compare to previous option periods or similar HR consulting contracts within the federal government?
Without data on previous option periods or comparable federal HR consulting contracts, a precise benchmark is difficult. However, $70.5M for 8 months suggests a substantial scope of work, potentially involving a large number of personnel or highly specialized services. A detailed cost-per-unit analysis against similar, publicly available contracts would be needed for a robust comparison.
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: $109,145,763
Exercised Options: $109,145,763
Current Obligation: $109,145,763
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: 2013-01-02
Current End Date: 2014-03-01
Potential End Date: 2015-11-06 00:00:00
Last Modified: 2019-08-06
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)