Leidos awarded $26.1M for corrective maintenance, a sole-source contract for security detection systems
Contract Overview
Contract Amount: $26,132,600 ($26.1M)
Contractor: Leidos Security Detection & Automation, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2007-09-17
End Date: 2008-03-10
Contract Duration: 175 days
Daily Burn Rate: $149.3K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COMBINATION (TWO OR MORE)
Sector: Other
Official Description: CORRECTIVE MAINTENANCE FOR OCTOBER 2007
Place of Performance
Location: SAINT PETERSBURG, PINELLAS County, FLORIDA, 33702
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $26.1 million to LEIDOS SECURITY DETECTION & AUTOMATION, INC. for work described as: CORRECTIVE MAINTENANCE FOR OCTOBER 2007 Key points: 1. Contract awarded for corrective maintenance of security detection systems. 2. Sole-source award indicates limited competition for specialized services. 3. Contract duration of 175 days suggests a focused, short-term need. 4. The award was made by the Department of Homeland Security. 5. The Transportation Security Administration is the primary beneficiary. 6. The contract value is approximately $26.1 million. 7. The contract was awarded in September 2007. 8. The contract was for services in Florida.
Value Assessment
Rating: fair
The contract value of $26.1 million for corrective maintenance over approximately six months appears substantial. Without specific details on the scope of work or the number of systems maintained, it is difficult to benchmark the value effectively. However, given the sole-source nature, there is a potential risk of overpayment compared to a competitively bid scenario. Further analysis would require understanding the specific maintenance tasks and the criticality of the systems involved.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning that only one vendor, Leidos Security Detection & Automation, Inc., was solicited. This approach is typically used when there are unique capabilities or proprietary technology involved, or in cases of urgent and compelling need where competition is not feasible. The lack of competition limits price discovery and may result in a higher cost to the government.
Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competitive bidding. The government did not benefit from the potential cost savings that typically arise from multiple vendors vying for a contract.
Public Impact
The Transportation Security Administration benefits from the maintenance of critical security detection equipment. Passengers at airports in Florida may experience improved security screening due to functional equipment. The contract supports specialized technical services related to security technology. The contract ensures the operational readiness of security infrastructure at key transportation hubs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition, potentially increasing costs for taxpayers.
- Lack of transparency in the justification for sole-source award.
- Potential for vendor lock-in due to specialized nature of security detection systems.
Positive Signals
- Ensures operational continuity of critical security infrastructure.
- Award to an established contractor with presumed expertise in security detection systems.
- Specific focus on corrective maintenance addresses immediate operational needs.
Sector Analysis
This contract falls within the Engineering Services sector, specifically related to the maintenance and support of specialized security detection and automation equipment. The market for such services is often characterized by a limited number of highly specialized providers due to the technical expertise and proprietary nature of the technology. Government spending in this area is crucial for national security and public safety, particularly within transportation hubs.
Small Business Impact
This contract does not appear to have a small business set-aside. Given the sole-source nature and the specialized technology involved, it is unlikely that significant subcontracting opportunities would be directed towards small businesses unless Leidos Security Detection & Automation, Inc. voluntarily engages them for specific support services.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's internal procurement and contract management processes. Transparency is limited due to the sole-source award. Accountability would be measured by the successful performance of corrective maintenance as per the contract's terms and conditions. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Homeland Security Contracts
- Transportation Security Administration Procurement
- Security Equipment Maintenance
- Sole Source Contracts
- Engineering Services
Risk Flags
- Sole-source award may indicate lack of competition, potentially leading to higher costs.
- Contract duration is relatively short, suggesting a specific, potentially urgent need.
- Limited information on the specific systems and scope of work makes value assessment difficult.
Tags
other, department-of-homeland-security, transportation-security-administration, leidos-security-detection-automation-inc, corrective-maintenance, security-detection-systems, sole-source, engineering-services, florida, 2007, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $26.1 million to LEIDOS SECURITY DETECTION & AUTOMATION, INC.. CORRECTIVE MAINTENANCE FOR OCTOBER 2007
Who is the contractor on this award?
The obligated recipient is LEIDOS SECURITY DETECTION & AUTOMATION, 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 $26.1 million.
What is the period of performance?
Start: 2007-09-17. End: 2008-03-10.
What specific security detection systems were covered under this corrective maintenance contract?
The provided data does not specify the exact models or types of security detection systems that required corrective maintenance. However, given the contractor, Leidos Security Detection & Automation, Inc. (formerly part of Lockheed Martin's Information Systems & Global Solutions business), it is highly probable that the contract covered advanced screening technologies such as baggage scanners (e.g., EDS, CT scanners), explosive detection systems, and potentially other automated security checkpoints. The 'CORRECTIVE MAINTENANCE FOR OCTOBER 2007' description suggests a focus on addressing existing malfunctions or performance issues rather than routine preventative upkeep.
What was the justification for awarding this contract on a sole-source basis?
The specific justification for this sole-source award is not detailed in the provided data. Typically, sole-source awards are justified under circumstances such as: (1) the property or services were available only from a single responsible source; (2) the public exigency would not permit a competitive solicitation; or (3) the agency head determines that it is not in the public interest to use competitive procedures. For specialized security equipment, it's common that only the original manufacturer or a designated service provider possesses the necessary technical expertise, proprietary data, or parts to perform effective corrective maintenance, thus limiting competition.
How does the $26.1 million contract value compare to typical spending on corrective maintenance for similar security systems?
Benchmarking the $26.1 million contract value for corrective maintenance is challenging without more granular data on the scope of work, the number and type of systems maintained, and the contract duration. However, for a period of approximately six months (September 2007 to March 2008), this represents a significant investment. If this contract covered a large fleet of advanced security screening equipment across multiple airports, the cost might be justifiable. Conversely, if it covered a smaller number of systems or less complex maintenance, it could indicate a higher-than-average cost per system or per maintenance action, especially given the sole-source nature which typically inflates prices.
What is Leidos Security Detection & Automation, Inc.'s track record with the TSA and DHS for similar services?
Leidos, through its various acquisitions and divisions, has a long-standing history of providing security technology and services to the Department of Homeland Security (DHS) and its components, including the Transportation Security Administration (TSA). They have been involved in the development, manufacturing, and maintenance of various screening technologies used at airports. Their track record generally includes fulfilling large-scale contracts for security equipment and associated support. However, specific performance metrics or past issues related to corrective maintenance for the systems covered under this particular 2007 contract would require deeper historical contract data analysis.
What were the potential risks associated with this sole-source contract for corrective maintenance?
The primary risk associated with this sole-source contract is the potential for inflated pricing due to the lack of competition. Without competing bids, the government may not have secured the most cost-effective solution. Another risk is vendor lock-in, where the government becomes dependent on a single provider for critical maintenance, potentially limiting future flexibility and negotiation power. Furthermore, if the contractor's performance was subpar, the government had limited recourse to quickly switch to a more capable provider, potentially impacting the operational readiness of security systems.
What is the historical spending trend for corrective maintenance of security detection systems by the TSA?
The provided data only includes a single contract award from 2007. To assess historical spending trends for corrective maintenance of security detection systems by the TSA, a comprehensive analysis of contract awards over multiple years would be necessary. This would involve examining spending patterns, the prevalence of sole-source versus competitive awards, average contract values, and the types of systems being maintained. Without this broader dataset, it is impossible to determine if the $26.1 million award in 2007 represents a typical, high, or low point in TSA's spending for such services.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: QUALITY CONTROL, TEST, INSPECTION › OTHER QUALITY, TEST, INSPECT SVCS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: COMBINATION (TWO OR MORE) (2)
Evaluated Preference: NONE
Contractor Details
Address: ACCOUNTS PAYABLE, SAINT PETERSBURG, FL, 90
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $26,132,600
Exercised Options: $26,132,600
Current Obligation: $26,132,600
Parent Contract
Parent Award PIID: HSTS0405DDEP009
IDV Type: IDC
Timeline
Start Date: 2007-09-17
Current End Date: 2008-03-10
Potential End Date: 2008-03-10 00:00:00
Last Modified: 2010-11-15
More Contracts from Leidos Security Detection & Automation, Inc.
- L-3 Communications Hsts04-04-D-Dep009 ILS Preventing and Corrective Maintenance Services for Fielded L3 EDS and TRX Units on Clin Items 401AA, 4011AB, 4011BA and 401BB — $156.2M (Department of Homeland Security)
- This IS a Hybrid Letter Contract. the Pricing Will BE Fixed Price or Time and Materials- Which Will BE Determined Upon Definitization — $78.0M (Department of Homeland Security)
- Passenger Screening Program Advanced Imaging Technology Project Procure 500 Advanced Imaging Technology (AIT) Systems With the Automatic Target Recognition Upgrade — $74.8M (Department of Homeland Security)
- "igf::ct::igf" the Purpose of This Task Order Hsts04-14-J-Ct3025 IS to Acquire Preventative and Corrective Maintenance Services for Examiner 6000/6600 Explosive Detection Systems (EDS), Preventative and Corrective Maintenance Services for Uninterruptible Power Supply (UPS) Units, Bi-Weekly External Cleaning for Examiners and Program Management Support, Under the Above Mentioned Idiq Contract for Option Period 3 — $73.5M (Department of Homeland Security)
- "igf::cl,Ct::igf" Task Order 6 IS to Acquire Preventive and Corrective Maintenance Services for Examiner 6000/6600 Explosive Detection Systems (EDS), Preventative and Corrective Maintenance Services for Uninterruptible Power Supply (UPS) Units, and Program Management Support Under the L-3 Integrated Logistics Support (ILS) Maintenance Contract Hsts04-11-D-Ct3083 for Option Period 2. This Task Order Contains Firm Fixed Price Clins 2001A, 2002A, 2002AB and 2002D — $66.7M (Department of Homeland Security)
View all Leidos Security Detection & Automation, Inc. federal contracts →
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)