DHS awarded $65M for electronic equipment maintenance, a sole-source contract with limited competition
Contract Overview
Contract Amount: $65,239,534 ($65.2M)
Contractor: Leidos Security Detection & Automation, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2011-07-01
End Date: 2012-06-30
Contract Duration: 365 days
Daily Burn Rate: $178.7K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: L-3 COMMUNICATIONS HSTS04-11-R-CT3006 THE PURPOSE OF TASK ORDER #1 IS TO ACQUIRE PREVENTATIVE MAINTENANCE AND CORRECTIVE MAINTENANCE (PM/CM) SERVICES FOR EDS, PM/CM FOR UPS UNITS, AND PROGRAM MANAGEMENT SUPPORT, UNDER L-3'S ILS CONTRACT HSTS04-11-D-CT3083.
Place of Performance
Location: WOBURN, MIDDLESEX County, MASSACHUSETTS, 01801
Plain-Language Summary
Department of Homeland Security obligated $65.2 million to LEIDOS SECURITY DETECTION & AUTOMATION, INC. for work described as: L-3 COMMUNICATIONS HSTS04-11-R-CT3006 THE PURPOSE OF TASK ORDER #1 IS TO ACQUIRE PREVENTATIVE MAINTENANCE AND CORRECTIVE MAINTENANCE (PM/CM) SERVICES FOR EDS, PM/CM FOR UPS UNITS, AND PROGRAM MANAGEMENT SUPPORT, UNDER L-3'S ILS CONTRACT HSTS04-11-D-CT3083. Key points: 1. The contract focuses on preventative and corrective maintenance for electronic systems, including UPS units. 2. Program management support is also included, indicating a comprehensive service requirement. 3. The award was made on a firm-fixed-price basis, which shifts some cost risk to the contractor. 4. The duration of the task order was one year, suggesting a need for ongoing, but not indefinite, support. 5. The contract was not competed, raising questions about potential cost savings through a competitive process. 6. The specific NAICS code (811219) points to a specialized repair and maintenance market.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to its sole-source nature and the lack of publicly available comparable contract data for similar specialized maintenance services. The firm-fixed-price structure provides cost certainty for the government, but without competition, it's difficult to ascertain if the price reflects optimal market value. The total award amount of over $65 million for a one-year period for maintenance services suggests a significant operational requirement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was not competed, indicating a sole-source award. The contract was issued under an existing indefinite-delivery/indefinite-quantity (IDIQ) contract (HSTS04-11-D-CT3083) held by L-3 Communications. While IDIQ vehicles can facilitate faster procurement, the lack of specific competition for this task order means the government did not explore pricing from multiple vendors for these particular services.
Taxpayer Impact: The absence of competition for this significant award means taxpayers may not have benefited from potential cost reductions that could have arisen from a competitive bidding process.
Public Impact
The Transportation Security Administration (TSA) is the primary beneficiary, receiving essential maintenance for its electronic systems. This ensures the operational readiness of critical equipment used in transportation security. The services support the ongoing functioning of security infrastructure, contributing to national security. The contract's impact is primarily on the operational efficiency of the TSA's technology assets.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition for a substantial award amount raises concerns about potential overpayment.
- Sole-source awards can limit opportunities for innovative solutions from a wider range of vendors.
- Reliance on a single contractor for critical maintenance could pose a risk if performance degrades.
Positive Signals
- The firm-fixed-price contract structure provides budget certainty for the government.
- Awarding under an existing IDIQ contract suggests a pre-established relationship and potentially streamlined administrative processes.
- The contract specifies preventative maintenance, which is crucial for extending equipment life and reducing costly failures.
Sector Analysis
The electronic and precision equipment repair and maintenance sector is vital for ensuring the operational continuity of government technology assets. This contract falls under the broader category of specialized technical services. The market for such services can be competitive, but specific niche requirements, as potentially indicated here, might lead to fewer bidders or sole-source awards. The total spending in this sector by the government is substantial, supporting a wide array of equipment across various agencies.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false) and there is no specific mention of subcontracting goals for small businesses (sb: false). Therefore, this award does not appear to directly benefit the small business ecosystem through set-asides or explicit subcontracting requirements. The prime contractor, Leidos Security Detection & Automation, Inc., is a large business, suggesting that the primary focus was on fulfilling the service requirement rather than promoting small business participation.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's contracting and program management offices. As a task order under an IDIQ, the oversight mechanisms would be tied to the parent contract's administration. Transparency is limited due to the sole-source nature of the award, making detailed public scrutiny of the procurement process difficult. There is no specific mention of an Inspector General review in the provided data, but IG oversight is a standard component of federal contract management.
Related Government Programs
- Transportation Security Administration (TSA) Equipment Maintenance
- Department of Homeland Security (DHS) IT and Equipment Services
- Federal Electronic Equipment Repair Contracts
- Preventative Maintenance Services Contracts
- Corrective Maintenance Services Contracts
Risk Flags
- Sole-source award
- Lack of competition
- Potential for cost overruns
- Contract performance risk (unknown)
Tags
dhs, tsa, transportation-security, maintenance-and-repair, electronic-equipment, sole-source, firm-fixed-price, task-order, information-technology, security-operations
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $65.2 million to LEIDOS SECURITY DETECTION & AUTOMATION, INC.. L-3 COMMUNICATIONS HSTS04-11-R-CT3006 THE PURPOSE OF TASK ORDER #1 IS TO ACQUIRE PREVENTATIVE MAINTENANCE AND CORRECTIVE MAINTENANCE (PM/CM) SERVICES FOR EDS, PM/CM FOR UPS UNITS, AND PROGRAM MANAGEMENT SUPPORT, UNDER L-3'S ILS CONTRACT HSTS04-11-D-CT3083.
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 $65.2 million.
What is the period of performance?
Start: 2011-07-01. End: 2012-06-30.
What is the track record of L-3 Communications (now part of L3Harris Technologies) in performing similar maintenance services for federal agencies?
L-3 Communications, and subsequently L3Harris Technologies, has a long history of providing complex technical services and equipment to the federal government, including maintenance and support. Their portfolio often includes defense, aerospace, and security-related technologies. While specific performance metrics for this particular task order are not detailed in the provided data, the company's general experience suggests a capability to handle such requirements. However, a deeper dive into past performance reviews, contract termination data, and customer satisfaction surveys for similar contracts would be necessary for a comprehensive assessment of their track record on this specific type of service.
How does the $65 million award compare to other federal spending on electronic equipment maintenance in recent years?
Comparing this $65 million award requires context regarding the scope and duration. For a single year of preventative and corrective maintenance, plus program management, for specialized electronic systems, this figure is substantial. Federal spending on maintenance and repair services is vast, encompassing numerous categories and agencies. For instance, the General Services Administration (GSA) manages numerous facilities maintenance contracts, and the Department of Defense (DoD) has extensive spending on equipment upkeep. Without knowing the exact nature of the 'EDS' and 'UPS' units and the scale of the program management, a direct comparison is difficult. However, awards in the tens of millions for specialized, single-year maintenance contracts are not uncommon for critical government infrastructure.
What are the primary risks associated with a sole-source award for critical maintenance services?
The primary risks associated with a sole-source award for critical maintenance services include a lack of price competition, potentially leading to higher costs for taxpayers. There's also a reduced incentive for the contractor to innovate or improve service quality beyond the contract minimums, as there is no immediate threat of losing the business to a competitor. Furthermore, over-reliance on a single provider can create vulnerabilities if the contractor experiences financial difficulties, operational issues, or decides to exit the market. This can lead to service disruptions and difficulties in transitioning to a new provider, especially if specialized knowledge or equipment is involved.
How effective is preventative maintenance (PM) in extending the life and reliability of electronic equipment like UPS units?
Preventative maintenance (PM) is highly effective in extending the life and reliability of electronic equipment, including Uninterruptible Power Supply (UPS) units. Regular PM involves scheduled inspections, cleaning, testing, and replacement of worn components (like batteries, fans, and capacitors) before they fail. This proactive approach helps identify potential issues early, preventing minor problems from escalating into major failures that could lead to equipment downtime, data loss, or damage to connected devices. For UPS systems, which are critical for maintaining power during outages, PM ensures they are ready to perform when needed, thereby safeguarding sensitive electronic operations and reducing the overall cost of ownership through fewer emergency repairs and extended equipment lifespan.
What are the historical spending patterns for electronic equipment maintenance by the TSA or DHS?
Historical spending patterns for electronic equipment maintenance by the TSA or DHS are generally characterized by significant and consistent investment due to the critical nature of their security operations. Both agencies rely heavily on a wide array of electronic systems, from baggage screening equipment to communication networks and surveillance technology. Spending often involves a mix of large, multi-year contracts for major systems and smaller, task-order-based agreements for maintenance and repair. The TSA, in particular, has substantial needs related to its core mission of aviation security, which requires continuous upkeep of sophisticated screening devices. DHS, as a broader entity, oversees spending across various components, including cybersecurity, border security, and emergency management, all of which involve significant electronic infrastructure requiring maintenance.
Could this type of maintenance service have been procured through a competitive process, and what might have been the benefits?
It is plausible that this type of maintenance service could have been procured through a competitive process. While specialized requirements can sometimes justify sole-source awards, the description of 'preventative maintenance and corrective maintenance (PM/CM) services for EDS, PM/CM for UPS units, and program management support' suggests services that multiple qualified vendors might offer. A competitive bidding process could have potentially yielded lower prices due to market forces, encouraged innovation in service delivery, and provided greater transparency. The benefits to taxpayers could include cost savings, improved service quality through vendor competition, and a broader understanding of market rates for such services.
Industry Classification
NAICS: Other Services (except Public Administration) › Electronic and Precision Equipment Repair and Maintenance › Other Electronic and Precision Equipment Repair and Maintenance
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: L-3 Communications Holdings, Inc. (UEI: 008898843)
Address: 10E COMMERCE WAY, WOBURN, MA, 05
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $65,239,534
Exercised Options: $65,239,534
Current Obligation: $65,239,534
Contract Characteristics
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: HSTS0411DCT3083
IDV Type: IDC
Timeline
Start Date: 2011-07-01
Current End Date: 2012-06-30
Potential End Date: 2012-06-30 00:00:00
Last Modified: 2014-11-20
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)