Leidos Inc. awarded $113.3M for HR Access IDIQ Option Period 5 by DHS TSA

Contract Overview

Contract Amount: $113,328,456 ($113.3M)

Contractor: Leidos Inc

Awarding Agency: Department of Homeland Security

Start Date: 2014-01-02

End Date: 2015-01-31

Contract Duration: 394 days

Daily Burn Rate: $287.6K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::CL,CT::IGF THE PURPOSE OF TASK ORDER HSTS01-14-J-HRM025 IS TO FUND THE OPTION PERIOD 5 CLINS AS EXERCISED IN MODIFICATION P00103 TO THE HRACCESS INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT HSTS01-08-D-HRM010.

Place of Performance

Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $113.3 million to LEIDOS INC for work described as: IGF::CL,CT::IGF THE PURPOSE OF TASK ORDER HSTS01-14-J-HRM025 IS TO FUND THE OPTION PERIOD 5 CLINS AS EXERCISED IN MODIFICATION P00103 TO THE HRACCESS INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT HSTS01-08-D-HRM010. Key points: 1. Contract provides funding for the fifth option period of an existing HR Access IDIQ contract. 2. The contract type is Firm Fixed Price, indicating a defined scope and cost. 3. Awarded by the Department of Homeland Security's Transportation Security Administration. 4. The contract duration is 394 days, covering a period from January 2014 to January 2015. 5. This award represents continued investment in human resources consulting services. 6. The contract was awarded using full and open competition.

Value Assessment

Rating: good

The contract value of $113.3 million for a 394-day period suggests a significant investment in HR services. Benchmarking against similar large-scale HR consulting contracts would be necessary for a precise value-for-money assessment. However, the firm-fixed-price structure implies that the government has a clear understanding of the costs involved, which can be a positive indicator for cost control.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to compete for this work. This process is designed to foster a competitive environment, potentially leading to better pricing and service offerings for the government. The specific number of bidders is not provided, but the method itself suggests a robust competition.

Taxpayer Impact: Full and open competition generally benefits taxpayers by promoting a marketplace where contractors strive to offer the best value, potentially driving down costs and improving service quality through competitive pressures.

Public Impact

Employees of the Department of Homeland Security, particularly within the Transportation Security Administration, will benefit from improved human resources services. The services delivered are focused on human resources consulting, likely encompassing areas such as personnel management, payroll, benefits, and other HR-related functions. The geographic impact is primarily within the operational areas of the TSA, with potential for broader DHS application. Workforce implications include the potential for specialized HR professionals to be engaged in supporting federal agencies.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically focusing on human resources consulting. This sector is characterized by a wide range of service providers, from large system integrators to specialized consulting firms. The market size for federal HR consulting services is substantial, driven by the need for agencies to manage large workforces efficiently and compliantly. This contract represents a portion of that broader spending, supporting critical functions within a major federal agency.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). As a large contract awarded through full and open competition, it is likely that larger prime contractors, such as Leidos Inc., will be involved. There is potential for small businesses to participate as subcontractors, depending on the prime contractor's subcontracting plan and the specific nature of the HR services required. However, without explicit subcontracting data, the direct impact on the small business ecosystem remains to be seen.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security's contracting and program management offices. The Transportation Security Administration (TSA) would be responsible for monitoring performance and ensuring compliance with the contract terms. As a task order under an IDIQ, the oversight mechanisms are likely integrated into the broader IDIQ contract management framework. Transparency is generally facilitated through contract award databases and reporting requirements, though specific details of ongoing oversight are not provided.

Related Government Programs

Risk Flags

Tags

human-resources, consulting-services, department-of-homeland-security, transportation-security-administration, firm-fixed-price, delivery-order, full-and-open-competition, leidos-inc, virginia, option-period

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $113.3 million to LEIDOS INC. IGF::CL,CT::IGF THE PURPOSE OF TASK ORDER HSTS01-14-J-HRM025 IS TO FUND THE OPTION PERIOD 5 CLINS AS EXERCISED IN MODIFICATION P00103 TO THE HRACCESS INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT HSTS01-08-D-HRM010.

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 $113.3 million.

What is the period of performance?

Start: 2014-01-02. End: 2015-01-31.

What is the historical spending trend for the HR Access IDIQ contract, and how does this option period compare?

The provided data focuses on a specific task order for Option Period 5 of the HR Access IDIQ contract, totaling $113.3 million. To understand the historical spending trend, one would need to examine all awarded task orders under the parent IDIQ contract (HSTS01-08-D-HRM010) since its inception. This would involve analyzing the cumulative value of all exercised options and awarded task orders, as well as their respective durations and scopes. Comparing Option Period 5's value to previous periods would reveal whether spending has increased, decreased, or remained stable. Without access to the full contract history and all associated modifications and task orders, a comprehensive trend analysis is not possible. However, the significant value of this single option period suggests a substantial and ongoing requirement for HR services by the TSA.

How does the per-unit cost of services under this contract benchmark against industry standards for HR consulting?

Determining a precise per-unit cost benchmark for this contract is challenging without more granular data on the specific services delivered and their associated units. The contract is for 'Human Resources Consulting Services' under a Firm Fixed Price (FFP) award, with a total value of $113.3 million over 394 days. To benchmark, we would need to identify comparable metrics, such as cost per employee supported, cost per HR transaction processed, or cost per hour for specific consulting expertise. Industry benchmarks for HR consulting vary widely based on the complexity of services, the level of expertise required, and the geographic location. For instance, large-scale HR system implementation or ongoing HR support for tens of thousands of employees would have different per-unit costs than specialized strategic HR advisory services. Given the scale and the nature of federal HR operations, it is likely that the per-unit costs are competitive within the government contracting space, especially considering the full and open competition.

What is Leidos Inc.'s track record with the Department of Homeland Security and specifically the TSA?

Leidos Inc. has a significant track record of performing contracts for the Department of Homeland Security (DHS) and its various components, including the Transportation Security Administration (TSA). As a major government contractor, Leidos provides a wide array of services across different agencies, often involving IT, logistics, and professional services. Their history with DHS likely includes numerous successful contract awards and task orders, demonstrating their capability to meet the agency's complex requirements. The fact that they were awarded this substantial task order under the HR Access IDIQ, which is a modification to an existing contract, suggests a positive past performance and a continued trust from the TSA in Leidos's ability to deliver HR consulting services. A detailed review of past performance evaluations and contract histories would provide a more in-depth understanding of their specific performance on similar contracts.

What are the primary risks associated with this contract, and what mitigation strategies are likely in place?

Primary risks associated with this contract include potential scope creep if the HR requirements evolve beyond the initial definition, performance issues if the contractor fails to deliver services meeting quality standards, and potential cost overruns if the FFP structure is not managed effectively against unforeseen challenges. Another risk could be the contractor's ability to retain key personnel with the necessary HR expertise throughout the contract period. Mitigation strategies likely include robust contract management by the TSA, clear definition and monitoring of performance metrics (e.g., service level agreements), regular progress reviews, and strong communication channels with Leidos Inc. The FFP nature itself acts as a cost mitigation tool, shifting some financial risk to the contractor. Furthermore, the IDIQ structure may allow for adjustments through subsequent modifications if requirements genuinely change, provided they are properly justified and funded.

How does the level of competition (full and open) typically influence the pricing and quality of services for federal HR consulting?

A 'full and open competition' process is designed to maximize the number of potential bidders, thereby increasing the likelihood of receiving competitive proposals. For federal HR consulting services, this generally translates into downward pressure on pricing as contractors vie for the award. Companies are incentivized to offer their best rates and most efficient service delivery models to win the contract. Beyond price, a competitive environment also encourages contractors to differentiate themselves on the quality of their services, innovation, and ability to meet specific agency needs. Agencies can leverage this competition to secure not only cost savings but also access to a broader range of expertise and potentially more effective solutions for their human resources challenges. The TSA's decision to use this procurement method suggests a desire to achieve both cost-effectiveness and high-quality service delivery.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesHuman 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: FIRM FIXED PRICE (J)

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: $113,328,456

Exercised Options: $113,328,456

Current Obligation: $113,328,456

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: 2014-01-02

Current End Date: 2015-01-31

Potential End Date: 2015-01-31 00:00:00

Last Modified: 2019-08-06

More Contracts from Leidos Inc

View all Leidos Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending