Homeland Security's $73.5M contract for explosive detection system maintenance awarded to Leidos
Contract Overview
Contract Amount: $73,528,796 ($73.5M)
Contractor: Leidos Security Detection & Automation, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2014-07-01
End Date: 2015-09-30
Contract Duration: 456 days
Daily Burn Rate: $161.2K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: "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.
Place of Performance
Location: WOBURN, MIDDLESEX County, MASSACHUSETTS, 01801
Plain-Language Summary
Department of Homeland Security obligated $73.5 million to LEIDOS SECURITY DETECTION & AUTOMATION, INC. for work described as: "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,… Key points: 1. Contract focuses on preventative and corrective maintenance for explosive detection systems and uninterruptible power supplies. 2. Program management support is also included in the scope of services. 3. The contract is a delivery order under an existing IDIQ contract. 4. Services are for Option Period 3, indicating a continuation of a previous relationship. 5. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 6. The contract duration is 456 days, spanning over a year.
Value Assessment
Rating: fair
The total value of this delivery order is $73.5 million over approximately 15 months. Benchmarking this against similar maintenance contracts for specialized detection equipment is challenging without more specific details on the scope and complexity of the Examiner 6000/6600 systems. However, the fixed-price nature suggests an expectation of predictable costs. The per-unit cost for maintenance is not readily calculable from the provided data, making direct price assessment difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a delivery order under an existing IDIQ contract and was not competed. The data indicates it was 'NOT COMPETED' at the delivery order level. This suggests that the contracting authority may have already established a competitive process for the overarching IDIQ contract, and this specific order was placed directly with the incumbent. The lack of competition for this specific delivery order means there was no opportunity for price discovery through bidding for this particular task.
Taxpayer Impact: When a delivery order is not competed, taxpayers may not benefit from the potential cost savings that could arise from a competitive bidding process. This can lead to higher prices than might be achieved in an open market.
Public Impact
The primary beneficiaries are the Department of Homeland Security and its Transportation Security Administration (TSA). The services ensure the operational readiness of explosive detection systems at various locations. This directly contributes to aviation security and public safety. The contract supports the maintenance of critical infrastructure for security screening.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition at the delivery order level raises concerns about potential overpricing.
- The specific technical requirements and maintenance procedures for the Examiner 6000/6600 systems are not detailed, making it hard to assess value.
- Reliance on a single contractor for this specific task order could limit flexibility if performance issues arise.
Positive Signals
- The contract is a Firm Fixed Price, which provides cost certainty to the government.
- It is a delivery order under an existing IDIQ, suggesting a pre-established relationship and potentially streamlined procurement.
- The contract covers both preventative and corrective maintenance, ensuring system reliability.
Sector Analysis
This contract falls within the 'Other Electronic and Precision Equipment Repair and Maintenance' sector, specifically related to security and detection equipment. The market for specialized maintenance services for government-specified security technology can be niche. The value of this contract, $73.5 million, is significant for a single task order, indicating the importance and scale of the systems being maintained. Comparable spending would likely be within other government contracts for the maintenance of advanced screening technologies.
Small Business Impact
The provided data indicates that small business participation (sb) is false and there is no indication of a small business set-aside (ss) for this contract. Therefore, this contract does not appear to directly benefit small businesses through set-asides. Subcontracting opportunities for small businesses are not specified in the provided data, but given the nature of the services, it is possible that specialized maintenance tasks could be subcontracted.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's internal oversight mechanisms and potentially the Government Accountability Office (GAO) or relevant Inspector General (IG) offices. As a delivery order under an IDIQ, the initial IDIQ contract likely had its own oversight framework. Transparency is limited by the 'not competed' status at this order level, but contract awards are generally publicly reported. Accountability is managed through the contract terms and performance metrics.
Related Government Programs
- Explosive Detection Systems Maintenance
- Transportation Security Administration Contracts
- Department of Homeland Security IDIQ Contracts
- Electronic Equipment Repair Services
Risk Flags
- Lack of competition for delivery order
- Potential for cost overruns due to non-competitive award
- Limited transparency on specific maintenance procedures and benchmarks
- Dependence on a single contractor for critical security equipment maintenance
Tags
homeland-security, transportation-security-administration, leidos-security-detection-automation-inc, explosive-detection-systems, preventative-maintenance, corrective-maintenance, firm-fixed-price, delivery-order, massachusetts, other-electronic-and-precision-equipment-repair-and-maintenance, not-competed, option-period-3
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $73.5 million to LEIDOS SECURITY DETECTION & AUTOMATION, INC.. "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.
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 $73.5 million.
What is the period of performance?
Start: 2014-07-01. End: 2015-09-30.
What is the specific technical scope of 'preventative and corrective maintenance' for the Examiner 6000/6600 Explosive Detection Systems?
The provided data snippet does not detail the specific technical procedures or service level agreements for the preventative and corrective maintenance of the Examiner 6000/6600 Explosive Detection Systems (EDS). Preventative maintenance typically involves scheduled inspections, cleaning, calibration, and component replacements to avert failures. Corrective maintenance addresses issues that arise when systems malfunction or fail. For EDS, this could include maintaining sensor arrays, power supplies, software, and data processing units to ensure accurate threat detection. The exact scope would be defined in the Performance Work Statement (PWS) or Statement of Work (SOW) attached to the delivery order, which is not included in the provided data. Without the PWS, it's impossible to fully assess the technical requirements or benchmark the value effectively.
How does the $73.5 million cost compare to previous or subsequent maintenance periods for these systems?
The provided data only includes information for Option Period 3 of this task order, totaling $73.5 million. It does not offer historical spending data for previous periods (Option Periods 1 and 2) or any subsequent periods. To compare, one would need access to the contract's award history, including the value and duration of prior option periods. Without this comparative data, it is difficult to determine if the current cost represents an increase, decrease, or stable trend in maintenance expenses for the Examiner 6000/6600 EDS. Such analysis is crucial for understanding long-term cost trends and value for money.
What is the track record of Leidos Security Detection & Automation, Inc. in performing similar maintenance services for the TSA or other agencies?
Leidos Security Detection & Automation, Inc. (formerly Smiths Detection) has a significant track record in providing security technology and maintenance services to government agencies, including the TSA. They are known for their work on various screening technologies, including explosive detection systems. While this specific delivery order was not competed, Leidos's incumbency suggests prior performance under the IDIQ contract. Assessing their overall track record would involve reviewing past performance evaluations, any contract disputes, and their success in delivering similar maintenance and support services on other large-scale government contracts. Publicly available contract databases and performance rating systems (like CPARS, if accessible) would provide more detailed insights into their performance history.
What are the key performance indicators (KPIs) used to measure the success of this maintenance contract?
The provided data does not specify the Key Performance Indicators (KPIs) for this contract. However, for maintenance contracts of this nature, typical KPIs would likely include metrics related to system uptime and availability, response times for corrective maintenance, turnaround time for repairs, the success rate of preventative maintenance actions in averting failures, and potentially the accuracy and reliability of the detection systems post-maintenance. The contract's success would be measured against these defined performance standards, which are usually detailed in the Performance Work Statement (PWS). Adherence to these KPIs would determine contractor performance and payment.
Are there any known risks associated with the Examiner 6000/6600 Explosive Detection Systems themselves that impact maintenance requirements?
The provided data does not detail specific risks associated with the Examiner 6000/6600 Explosive Detection Systems (EDS). However, advanced electronic and detection systems can be prone to various risks, including technological obsolescence, component failures (especially with complex sensors or power systems), software vulnerabilities, and the need for specialized technical expertise for repairs. The age and complexity of the specific EDS model would influence the frequency and type of maintenance required. If these systems are older or have known design flaws, the corrective maintenance aspect of the contract could become more significant and costly over time. Understanding these inherent system risks is crucial for evaluating the long-term maintenance strategy and associated costs.
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, 01801
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: $73,528,796
Exercised Options: $73,528,796
Current Obligation: $73,528,796
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: HSTS0411DCT3083
IDV Type: IDC
Timeline
Start Date: 2014-07-01
Current End Date: 2015-09-30
Potential End Date: 2015-09-30 00:00:00
Last Modified: 2018-04-24
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::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)
- L-3 Communications Hsts04-11-R-Ct3006 — $66.5M (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)