DHS Awards $47.8M System Integration Contract to Lockheed Martin for PSP Equipment Installation
Contract Overview
Contract Amount: $47,836,760 ($47.8M)
Contractor: Lockheed Martin Services, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2011-07-21
End Date: 2015-09-30
Contract Duration: 1,532 days
Daily Burn Rate: $31.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: SUGGESTED VENDORS - LOCKHEED MARTIN, BOEING, RAYTHEON AND SAIC CONTRACT NO.: TBD SI - SYSTEM INTEGRATION CONTRACT SYSTEM INTEGRATION WORK IN ORDER TO INSTALL PSP EQUIPMENT TO THE CENTRAL REGION NOTE: THIS NEW REQUEST REPLACED 2111201CT2050 THAT WAS CANCELLED TO CORRECT LOA
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $47.8 million to LOCKHEED MARTIN SERVICES, LLC for work described as: SUGGESTED VENDORS - LOCKHEED MARTIN, BOEING, RAYTHEON AND SAIC CONTRACT NO.: TBD SI - SYSTEM INTEGRATION CONTRACT SYSTEM INTEGRATION WORK IN ORDER TO INSTALL PSP EQUIPMENT TO THE CENTRAL REGION NOTE: THIS NEW REQUEST REPLACED 2111201CT2050 THAT WAS CANCELLED TO CORRECT LOA Key points: 1. The contract focuses on system integration for PSP equipment installation in the Central Region. 2. Key vendors like Lockheed Martin, Boeing, and Raytheon are suggested, indicating a competitive landscape. 3. The contract's value is substantial at $47.8 million, requiring careful oversight. 4. The sector is IT/System Integration within the Transportation Security Administration.
Value Assessment
Rating: fair
The contract is Cost Plus Fixed Fee, which can lead to cost overruns if not managed tightly. Benchmarking against similar system integration contracts is difficult without more detailed scope information.
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. However, the cancellation of a previous solicitation (2111201CT2050) to correct LOA raises questions about initial price discovery and procurement efficiency.
Taxpayer Impact: Taxpayer funds are being used for essential security equipment installation. The cost-plus nature of the contract necessitates vigilant oversight to ensure value for money.
Public Impact
Enhances security infrastructure at airports through PSP equipment installation. Supports the Transportation Security Administration's mission to ensure safe and secure travel. Potential for improved operational efficiency and passenger screening capabilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contract type can incentivize contractor overspending.
- Previous solicitation cancellation indicates potential procurement process issues.
- Limited information on specific PSP equipment and integration complexity.
Positive Signals
- Awarded under full and open competition.
- Addresses critical security infrastructure needs.
- Involves major defense and technology contractors.
Sector Analysis
This contract falls within the IT and System Integration sector, specifically supporting aviation security. Spending benchmarks for similar system integration projects can vary widely based on scope and technology, but $47.8M for a regional installation is significant.
Small Business Impact
The data does not indicate any specific provisions or awards to small businesses for this contract. The suggested vendors are large corporations, suggesting limited direct opportunities for SMBs in this prime contract.
Oversight & Accountability
The cancellation of a prior solicitation to correct LOA suggests a need for improved initial procurement planning and documentation. Ongoing oversight will be crucial for the Cost Plus Fixed Fee contract to manage costs effectively.
Related Government Programs
- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Cost Plus Fixed Fee contract risk.
- Potential for scope creep.
- Past procurement issue (cancellation).
- Lack of detailed technical scope in data.
Tags
search-detection-navigation-guidance-aer, department-of-homeland-security, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $47.8 million to LOCKHEED MARTIN SERVICES, LLC. SUGGESTED VENDORS - LOCKHEED MARTIN, BOEING, RAYTHEON AND SAIC CONTRACT NO.: TBD SI - SYSTEM INTEGRATION CONTRACT SYSTEM INTEGRATION WORK IN ORDER TO INSTALL PSP EQUIPMENT TO THE CENTRAL REGION NOTE: THIS NEW REQUEST REPLACED 2111201CT2050 THAT WAS CANCELLED TO CORRECT LOA
Who is the contractor on this award?
The obligated recipient is LOCKHEED MARTIN SERVICES, LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $47.8 million.
What is the period of performance?
Start: 2011-07-21. End: 2015-09-30.
What specific PSP equipment is being installed, and what are the key integration challenges that justify the $47.8M cost?
The specific PSP equipment is not detailed in the provided data. However, system integration typically involves complex tasks such as hardware and software compatibility, network configuration, data migration, and testing. The cost likely reflects the labor, project management, and potential customization required to seamlessly integrate new systems with existing infrastructure across the Central Region.
How will the agency ensure cost control and prevent overruns given the Cost Plus Fixed Fee contract structure?
The agency will likely implement rigorous oversight mechanisms, including detailed cost tracking, regular performance reviews, and independent audits. Establishing clear milestones and deliverables, along with strict change control processes, will be essential. Independent government cost estimators may also be employed to validate contractor expenditures and ensure fair pricing throughout the contract lifecycle.
What lessons were learned from the cancellation of the previous solicitation to prevent similar issues in future procurements?
The cancellation due to 'LOA' (likely Level of Agreement or similar procurement term) suggests a need for more thorough pre-solicitation planning and clearer definition of requirements and scope. Agencies should invest more in market research, stakeholder engagement, and internal review processes to ensure solicitations are accurate and complete from the outset, minimizing the need for costly and time-consuming amendments or cancellations.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: MODIFICATION OF EQUIPMENT › MODIFICATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Lockheed Martin Corp (UEI: 834951691)
Address: 9211 CORPORATE BLVD, ROCKVILLE, MD, 20850
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $47,836,760
Exercised Options: $47,836,760
Current Obligation: $47,836,760
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSTS0409DST2234
IDV Type: IDC
Timeline
Start Date: 2011-07-21
Current End Date: 2015-09-30
Potential End Date: 2015-09-30 00:00:00
Last Modified: 2018-01-31
More Contracts from Lockheed Martin Services, LLC
- Management and Operation of Y-12 Plant and Other Programs — $20.6B (Department of Energy)
- Dafis UDO Reconstruct W/O Advance — $3.8B (Department of Transportation)
- TAS::75 0511::TAS — $990.7M (Department of Health and Human Services)
- Seat/Science Engineering,Analysis, and Test — $983.9M (National Aeronautics and Space Administration)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Department of Commerce)
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)