Leidos Inc. awarded $121.3M for HR consulting services, extending a contract with the Department of Homeland Security
Contract Overview
Contract Amount: $121,329,411 ($121.3M)
Contractor: Leidos Inc
Awarding Agency: Department of Homeland Security
Start Date: 2015-01-02
End Date: 2016-03-12
Contract Duration: 435 days
Daily Burn Rate: $278.9K/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 HSTS01-15-J-HRM019 IS TO FUND THE HEREIN IDENTIFIED OPTION PERIOD 6 CLINS AS AUTHORIZED PER MODIFICATION P00141 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 $121.3 million to LEIDOS INC for work described as: IGF::CL,CT::IGF THE PURPOSE OF TASK ORDER HSTS01-15-J-HRM019 IS TO FUND THE HEREIN IDENTIFIED OPTION PERIOD 6 CLINS AS AUTHORIZED PER MODIFICATION P00141 TO THE HRACCESS INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT HSTS01-08-D-HRM010. Key points: 1. Contract value represents a significant investment in human resources support for the TSA. 2. The contract was awarded under full and open competition, suggesting a competitive bidding process. 3. The duration of the task order is over a year, indicating a substantial service period. 4. The firm-fixed-price contract type helps manage cost certainty for the government. 5. This award is part of a larger IDIQ contract, suggesting ongoing program support. 6. The services provided are classified under Human Resources Consulting Services.
Value Assessment
Rating: good
The total award of $121.3 million for Option Period 6 is substantial. Benchmarking against similar HR consulting services contracts is challenging without more specific service details. However, the firm-fixed-price structure suggests that the government has negotiated a set price for the defined scope of work, which is generally a positive indicator for value. The contract's duration of 435 days (approximately 1.2 years) for this option period provides context for the expenditure.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a 'full and open competition' solicitation, indicating that all responsible sources were permitted to submit a bid. The specific number of bidders is not provided, but the designation suggests a robust competitive environment. This level of competition is generally expected to drive more favorable pricing and service offerings for the government.
Taxpayer Impact: A full and open competition process is beneficial for taxpayers as it increases the likelihood of obtaining services at competitive market rates, preventing potential overspending.
Public Impact
The Department of Homeland Security, specifically the Transportation Security Administration, benefits from enhanced human resources consulting services. Services delivered likely include support for HR functions such as recruitment, compensation, benefits, employee relations, and HR system management. The geographic impact is primarily within the operational areas of the TSA, which are nationwide. Workforce implications include the potential for improved HR processes and support for TSA personnel, indirectly impacting the TSA workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if this is a sole-source extension of a long-term IDIQ.
- Scope creep could increase costs if not managed tightly under the firm-fixed-price structure.
- Reliance on a single contractor for critical HR functions may pose a risk if performance falters.
Positive Signals
- Awarded under full and open competition, indicating competitive pricing.
- Firm-fixed-price contract type provides cost certainty.
- The contract is an option period, suggesting successful past performance under the base IDIQ.
- Leidos Inc. is a large, established government contractor with a broad range of capabilities.
Sector Analysis
Human Resources Consulting Services fall within the professional services sector, a significant segment of the federal contracting market. This contract supports a critical government function within the Department of Homeland Security. Comparable spending benchmarks would typically involve analyzing other large federal contracts for HR support services across various agencies, which often run into tens or hundreds of millions of dollars annually.
Small Business Impact
The data indicates this contract was not set aside for small businesses (sb: false) and there is no explicit mention of small business subcontracting requirements in the provided snippet. This suggests that the primary award went to a large business, Leidos Inc. The absence of set-aside information implies that small businesses may not have been the primary focus for this specific task order, though they could potentially be involved as subcontractors if required by the prime.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and program officials within the Transportation Security Administration. As part of the Department of Homeland Security, the Inspector General's office would have jurisdiction to investigate potential fraud, waste, or abuse. Transparency is facilitated through contract databases like FPDS, where award details are recorded.
Related Government Programs
- HR Access IDIQ Contract
- Department of Homeland Security IT and Professional Services Contracts
- Transportation Security Administration Support Services
- Federal Human Capital Management Services
Risk Flags
- Potential for scope creep
- Contract performance risk
- Reliance on contractor for critical HR functions
Tags
professional-services, human-resources, consulting, department-of-homeland-security, transportation-security-administration, firm-fixed-price, delivery-order, full-and-open-competition, large-business, virginia, option-period
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $121.3 million to LEIDOS INC. IGF::CL,CT::IGF THE PURPOSE OF TASK ORDER HSTS01-15-J-HRM019 IS TO FUND THE HEREIN IDENTIFIED OPTION PERIOD 6 CLINS AS AUTHORIZED PER MODIFICATION P00141 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 $121.3 million.
What is the period of performance?
Start: 2015-01-02. End: 2016-03-12.
What is the historical spending trend for HR Access IDIQ contract and specifically for Leidos Inc. under this IDIQ?
Analyzing the historical spending trend for the HR Access IDIQ contract, including the specific amounts awarded to Leidos Inc. across all its task orders, is crucial for understanding the long-term investment in these HR consulting services. Without access to the full contract history and all awarded task orders, it's difficult to provide precise figures. However, the current award of $121.3 million for Option Period 6 suggests a significant and sustained commitment to this contract vehicle. Typically, IDIQ contracts are used for long-term, evolving needs, and option periods often represent increasing or sustained levels of funding. To fully assess the trend, one would need to examine the value of previous option periods and any modifications to the base contract, comparing them to the initial award and to spending on similar HR services contracts across other federal agencies.
How does the value of this task order compare to other federal contracts for similar Human Resources Consulting Services?
The $121.3 million award for Option Period 6 of the HR Access IDIQ contract represents a substantial investment in Human Resources Consulting Services. To benchmark this value, one would compare it against other large federal contracts for similar services, such as workforce planning, HR system implementation, compensation analysis, and talent management. Federal agencies frequently procure these types of services, with contract values varying widely based on scope, duration, and complexity. Large-scale HR transformation projects or comprehensive HR support for major agencies can easily reach or exceed this amount over their lifecycle. Without specific details on the exact services rendered under this task order, a precise comparison is difficult, but the magnitude suggests it supports significant HR functions for the TSA.
What are the key performance indicators (KPIs) used to measure the success of Leidos Inc. under this contract?
Key Performance Indicators (KPIs) for a contract like this, providing Human Resources Consulting Services to the TSA, would typically focus on service delivery, efficiency, and impact. Examples of relevant KPIs could include: timeliness of HR support ticket resolution, accuracy of HR data processing, successful implementation of HR system upgrades or new modules, employee satisfaction with HR services, reduction in HR-related compliance issues, and effectiveness of recruitment or retention initiatives supported by the consulting. The firm-fixed-price nature of the contract implies that meeting the defined scope and quality standards within the agreed price is paramount. Performance would likely be monitored through regular progress reports, client feedback, and potentially formal performance evaluations tied to contract CLINs (Contract Line Item Numbers).
What is the risk profile associated with this contract, considering its duration and value?
The risk profile for this $121.3 million contract, spanning approximately 1.2 years for Option Period 6, involves several factors. Financial risks include potential cost overruns if the firm-fixed-price contract doesn't adequately account for unforeseen complexities, although this is mitigated by the pricing structure. Performance risks involve Leidos Inc.'s ability to deliver the specified HR consulting services effectively and meet TSA's requirements. Given the critical nature of HR functions, any lapse in service could impact TSA operations and employee morale. There are also programmatic risks related to the integration of HR services with TSA's broader IT infrastructure and strategic goals. The fact that this is an option period under an existing IDIQ suggests that initial performance risks were likely managed, but ongoing risks related to evolving requirements and contractor performance remain.
How has the Transportation Security Administration's (TSA) reliance on external HR consulting services evolved over time?
The TSA's reliance on external HR consulting services, as evidenced by this substantial award to Leidos Inc., likely reflects a strategic decision to leverage specialized expertise for complex HR functions. Over time, federal agencies have increasingly outsourced non-core functions or sought external support for areas requiring specialized knowledge, advanced technology, or surge capacity. For the TSA, this could stem from the need to manage a large and dynamic workforce, implement modern HR technologies, ensure compliance with evolving regulations, or focus internal resources on core security missions. The existence of a long-term IDIQ contract like HR Access further indicates a sustained need and a mature strategy for utilizing external support in HR.
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: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc.
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: $121,329,411
Exercised Options: $121,329,411
Current Obligation: $121,329,411
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSTS0108DHRM010
IDV Type: IDC
Timeline
Start Date: 2015-01-02
Current End Date: 2016-03-12
Potential End Date: 2016-03-12 00:00:00
Last Modified: 2024-10-04
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)