DoD's $70M Physical Security System contract awarded to Serco Inc. for enterprise architecture services

Contract Overview

Contract Amount: $69,938,648 ($69.9M)

Contractor: Serco Inc

Awarding Agency: Department of Defense

Start Date: 2023-08-28

End Date: 2028-08-27

Contract Duration: 1,826 days

Daily Burn Rate: $38.3K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: PHYSICAL SECURITY SYSTEM-ENTERPRISE ARCHITECTURE (PS2-EA)

Place of Performance

Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92152

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $69.9 million to SERCO INC for work described as: PHYSICAL SECURITY SYSTEM-ENTERPRISE ARCHITECTURE (PS2-EA) Key points: 1. The contract value of approximately $70 million over five years suggests a significant investment in the Navy's physical security infrastructure. 2. The 'Delivery Order' award type indicates this is part of a larger, pre-existing contract vehicle, potentially limiting immediate competition. 3. The 'Cost Plus Fixed Fee' pricing structure carries inherent risk of cost overruns if not closely managed. 4. The 'Engineering Services' NAICS code points to a focus on technical design and planning rather than direct physical security implementation. 5. The contract's duration of 1826 days (5 years) allows for long-term planning and development of the enterprise architecture. 6. The absence of small business set-aside flags suggests this contract was not specifically targeted to support small businesses.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging without more specific details on the scope of 'enterprise architecture' for physical security systems. However, a $70 million investment over five years for system design and planning indicates a substantial commitment. The Cost Plus Fixed Fee (CPFF) structure, while allowing flexibility, requires diligent oversight to ensure costs remain reasonable and do not escalate beyond initial expectations. Comparing this to similar large-scale IT or engineering services contracts for defense agencies would provide better context on value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition,' suggesting that multiple bidders had the opportunity to submit proposals. The specific number of bidders is not provided, but this method generally fosters competitive pricing and encourages a wider range of solutions. The 'Delivery Order' nature implies it was awarded against an existing contract, which might have had its own competitive history.

Taxpayer Impact: A full and open competition is generally favorable for taxpayers as it aims to secure the best value through a broad range of offers, potentially driving down costs compared to less competitive methods.

Public Impact

The Department of the Navy benefits from enhanced physical security planning and design through the development of an enterprise architecture. This contract supports the modernization and integration of physical security systems across Navy installations. The primary service delivered is engineering and architectural design for complex security systems. The geographic impact is likely nationwide, affecting various Navy facilities requiring robust physical security. Workforce implications may include specialized engineering and cybersecurity roles within Serco Inc. and potentially within the Navy's acquisition and oversight teams.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Engineering Services sector (NAICS 541330), a critical component of the broader defense and government contracting industry. The market for specialized engineering and architectural services supporting national security infrastructure is substantial, driven by the need for advanced technological solutions and robust system integration. Serco Inc. operates in a competitive landscape with numerous firms offering similar capabilities. This contract represents a significant investment in the foundational planning and design phase for the Navy's physical security systems, aiming for a cohesive and effective enterprise-wide approach.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the primary competition was open to all eligible large and small businesses. Consequently, there are no direct subcontracting requirements for small businesses mandated by a set-aside provision within this specific award. The impact on the small business ecosystem is therefore indirect, relying on Serco Inc.'s potential voluntary inclusion of small businesses in its supply chain or through other contracting vehicles.

Oversight & Accountability

Oversight for this contract would typically be managed by the Department of the Navy's contracting officers and program managers. The Cost Plus Fixed Fee (CPFF) structure necessitates rigorous financial oversight to monitor expenditures against the fixed fee and ensure costs are reasonable and allocable. Transparency is generally maintained through contract reporting mechanisms and potential reviews by the Government Accountability Office (GAO) or the Inspector General (IG) if performance or cost issues arise. The specific oversight mechanisms would be detailed within the contract's terms and conditions.

Related Government Programs

Risk Flags

Tags

defense, department-of-the-navy, engineering-services, physical-security, enterprise-architecture, cost-plus-fixed-fee, full-and-open-competition, delivery-order, serco-inc, california, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $69.9 million to SERCO INC. PHYSICAL SECURITY SYSTEM-ENTERPRISE ARCHITECTURE (PS2-EA)

Who is the contractor on this award?

The obligated recipient is SERCO INC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $69.9 million.

What is the period of performance?

Start: 2023-08-28. End: 2028-08-27.

What is the historical spending pattern for physical security systems enterprise architecture within the Department of the Navy?

Analyzing historical spending on physical security systems enterprise architecture within the Department of the Navy requires access to detailed budget and contract databases. Generally, such investments fluctuate based on modernization needs, threat assessments, and technological advancements. Large-scale enterprise architecture projects, like the PS2-EA, are typically multi-year endeavors, often awarded through competitive processes. Spending in this area would likely show periods of increased investment during major system overhauls or the implementation of new security mandates, followed by periods of sustainment and incremental upgrades. Without specific historical data for this particular program or similar EA initiatives, it's difficult to provide precise figures, but it represents a strategic allocation of resources towards long-term security infrastructure planning.

How does the Cost Plus Fixed Fee (CPFF) structure compare to other contract types for similar engineering services in the defense sector?

The Cost Plus Fixed Fee (CPFF) structure is common for complex, research-intensive, or developmental projects where the scope may evolve, and precise cost estimation is challenging upfront. In the defense sector, it allows contractors to cover all allowable costs while earning a predetermined fixed fee, incentivizing them to control costs to maximize their profit margin (fee percentage of costs). Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers more flexibility but carries higher risk for the government regarding cost certainty. Cost-Reimbursement contracts (like Cost Plus Incentive Fee or Cost Plus Award Fee) offer different risk-reward profiles, often with more direct performance incentives. For mature, well-defined engineering services, FFP might be preferred for cost predictability, but for developing an enterprise architecture with inherent uncertainties, CPFF can be a suitable, albeit closely monitored, choice.

What are the key performance indicators (KPIs) typically used to evaluate the success of an enterprise architecture contract for physical security systems?

Key Performance Indicators (KPIs) for an enterprise architecture contract in physical security typically focus on the successful development, integration, and adoption of the architecture itself. These might include: 1. **Completeness and Accuracy of Architecture Documentation:** Measured by adherence to standards, clarity, and comprehensiveness of blueprints, models, and specifications. 2. **Interoperability and Integration:** Assessed by the degree to which the proposed architecture enables seamless data exchange and functional integration between disparate physical security systems (e.g., access control, surveillance, intrusion detection). 3. **Scalability and Flexibility:** Evaluated based on the architecture's capacity to accommodate future growth, technological changes, and evolving security requirements without major redesign. 4. **Compliance and Standardization:** Measured by adherence to relevant DoD, Navy, and industry security standards and policies. 5. **Stakeholder Adoption and Satisfaction:** Gauged through feedback from key Navy personnel and system operators on the usability and effectiveness of the architecture's guidance. 6. **Cost-Effectiveness Projections:** While not directly measuring cost savings yet, KPIs might assess the architecture's potential to reduce long-term operational and maintenance costs.

What is Serco Inc.'s track record with large Department of Defense (DoD) contracts, particularly in engineering or IT services?

Serco Inc. has a significant and extensive track record of performing large-scale contracts for the Department of Defense and other federal agencies. They are known for providing a wide range of services, including IT, systems engineering, technical support, and operational support across various military branches. Their portfolio often includes complex projects requiring deep technical expertise and program management capabilities. While specific details on their performance for every contract require in-depth review, Serco is a well-established government contractor that regularly competes for and wins substantial awards. Their experience suggests they possess the organizational capacity and technical proficiency to manage a contract of this magnitude, focused on developing enterprise architecture for critical systems like physical security.

What are the potential risks associated with a five-year 'Delivery Order' contract for enterprise architecture development?

A five-year 'Delivery Order' contract for enterprise architecture development presents several potential risks. Firstly, the 'Delivery Order' nature implies it was awarded against a pre-existing contract vehicle, which might have had its own competitive history and terms. If that vehicle was not recently competed or had limited participants, the actual competition for this specific order might be less robust than 'Full and Open Competition' implies for the initial vehicle. Secondly, a five-year duration for an evolving field like enterprise architecture carries the risk of technological obsolescence or changing requirements. The architecture developed early in the contract might need significant adaptation or revision by the end, potentially leading to scope creep or increased costs if not managed proactively. Thirdly, the CPFF structure, as mentioned, carries inherent cost overrun risks if oversight is insufficient. Finally, ensuring consistent quality and alignment with the Navy's strategic goals over such a long period requires sustained program management focus and effective communication.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: N6600123R3503

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 12930 WORLDGATE DR STE 600, HERNDON, VA, 20170

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $201,690,990

Exercised Options: $201,690,990

Current Obligation: $69,938,648

Subaward Activity

Number of Subawards: 45

Total Subaward Amount: $5,453,638

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N0017819D8498

IDV Type: IDC

Timeline

Start Date: 2023-08-28

Current End Date: 2028-08-27

Potential End Date: 2028-08-27 00:00:00

Last Modified: 2026-02-12

More Contracts from Serco Inc

View all Serco Inc federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending