Commerce Department awards $1.9M for ServiceNow strategic portfolio management to ThunderCat Technology

Contract Overview

Contract Amount: $1,909,666 ($1.9M)

Contractor: Thundercat Technology, LLC

Awarding Agency: Department of Commerce

Start Date: 2025-11-30

End Date: 2026-11-29

Contract Duration: 364 days

Daily Burn Rate: $5.2K/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: SERVICENOW STRATEGIC PORTFOLIO MANAGEMENT PROFESSIONA

Place of Performance

Location: GAITHERSBURG, MONTGOMERY County, MARYLAND, 20899

State: Maryland Government Spending

Plain-Language Summary

Department of Commerce obligated $1.9 million to THUNDERCAT TECHNOLOGY, LLC for work described as: SERVICENOW STRATEGIC PORTFOLIO MANAGEMENT PROFESSIONA Key points: 1. Contract awarded for strategic portfolio management services, indicating a focus on optimizing IT investments. 2. ThunderCat Technology, LLC, a known entity in federal contracting, secured this award. 3. The contract duration of 364 days suggests a need for ongoing support or project completion. 4. Awarded under a Best Price Agreement (BPA) Call, implying a pre-negotiated framework for services. 5. The firm fixed-price contract type aims to control costs and define project scope. 6. The North American Industry Classification System (NAICS) code 541519 points to broad computer-related services.

Value Assessment

Rating: good

The contract value of approximately $1.9 million for a one-year term appears reasonable for specialized IT portfolio management services. Benchmarking against similar contracts for ServiceNow implementation or management support would provide a clearer picture of value for money. Given the firm fixed-price nature, the government has a defined cost ceiling, which is a positive indicator for cost control. However, without specific deliverables or performance metrics, a definitive value assessment is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was competed under SAP (Simplified Acquisition Procedures), suggesting it was offered through a competitive process accessible to multiple vendors. The presence of 3 bidders indicates a degree of competition, which is generally favorable for price discovery and innovation. The use of SAP implies the acquisition was valued below certain thresholds, allowing for streamlined procurement while still encouraging multiple offers.

Taxpayer Impact: The competitive nature of this award, even under SAP, suggests that taxpayers likely benefited from a more competitive price than a sole-source award would have yielded.

Public Impact

Federal agencies, specifically the Department of Commerce, will benefit from improved strategic portfolio management of their ServiceNow investments. Services delivered are expected to enhance IT asset management, project prioritization, and resource allocation. The geographic impact is primarily within Maryland, where the contractor is located, but the benefits extend to the Department of Commerce's national operations. The contract supports the IT services sector workforce, potentially involving skilled professionals in project management and ServiceNow expertise.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader IT services sector, specifically focusing on IT portfolio management and the utilization of enterprise resource planning (ERP) or service management platforms like ServiceNow. The market for IT consulting and professional services is substantial, with agencies increasingly relying on specialized vendors to manage complex software ecosystems and optimize IT spending. Comparable spending benchmarks would typically be found within IT professional services categories, often tracked by agencies like the General Services Administration (GSA).

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses (sb: false) and the awardee, ThunderCat Technology, LLC, is not explicitly identified as a small business in this context. Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The focus remains on the prime contractor's capabilities.

Oversight & Accountability

Oversight for this contract would typically reside with the contracting officer's representative (COR) within the Department of Commerce's Office of the Secretary. Performance monitoring, invoice review, and adherence to contract terms are standard oversight mechanisms. Transparency is facilitated through contract databases like SAM.gov, where award details are published. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

it-services, department-of-commerce, maryland, competed-under-sap, firm-fixed-price, strategic-portfolio-management, servicenow, thunder-cat-technology-llc, it-consulting, naics-541519, bpa-call

Frequently Asked Questions

What is this federal contract paying for?

Department of Commerce awarded $1.9 million to THUNDERCAT TECHNOLOGY, LLC. SERVICENOW STRATEGIC PORTFOLIO MANAGEMENT PROFESSIONA

Who is the contractor on this award?

The obligated recipient is THUNDERCAT TECHNOLOGY, LLC.

Which agency awarded this contract?

Awarding agency: Department of Commerce (Office of the Secretary).

What is the total obligated amount?

The obligated amount is $1.9 million.

What is the period of performance?

Start: 2025-11-30. End: 2026-11-29.

What is ThunderCat Technology, LLC's track record with federal contracts, particularly for IT portfolio management services?

ThunderCat Technology, LLC has a significant history of federal contracting across various agencies. While specific data on their ServiceNow strategic portfolio management expertise requires deeper analysis of past performance reports and contract vehicles, their presence in the federal market suggests experience with government procurement processes and IT service delivery. Reviewing their past awards, particularly those involving similar NAICS codes or service descriptions, would provide a clearer picture of their capabilities and reliability in this specialized area. Federal procurement databases often contain performance evaluations that can offer insights into their past project success and client satisfaction.

How does the $1.9 million award value compare to similar ServiceNow strategic portfolio management contracts?

The $1.9 million award for a one-year contract for ServiceNow strategic portfolio management is within a typical range for specialized IT services. However, a precise comparison requires benchmarking against contracts with similar scope, duration, and complexity. Factors such as the specific modules of ServiceNow being managed, the size and complexity of the agency's IT infrastructure, and the level of strategic advisory services included can significantly influence pricing. Without detailed statements of work from comparable contracts, it's difficult to definitively state if this represents exceptional value, but it does not appear to be an outlier for this type of specialized support.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks include potential scope creep, vendor lock-in, and ensuring the contractor delivers tangible improvements in portfolio management efficiency. Scope creep can be mitigated through a clearly defined Statement of Work (SOW) and robust change control processes. Vendor lock-in is a common concern with specialized software platforms; mitigation involves ensuring knowledge transfer to government personnel and potentially structuring future contracts for competitive re-competition. The firm fixed-price nature of this contract helps mitigate financial risk for the government by establishing a ceiling cost, provided the SOW is comprehensive and accurately reflects the work required.

How effective is the competitive process (SAP, 3 bidders) in ensuring optimal value for taxpayers?

The use of Simplified Acquisition Procedures (SAP) with three bidders suggests a reasonably competitive environment for this contract value. SAP is designed for smaller procurements to streamline the process while still encouraging competition. Having three bidders indicates that multiple vendors were interested and capable of performing the work, which generally leads to better price discovery and a more competitive outcome for taxpayers compared to a sole-source award. However, the level of competition might be less intense than for larger, more complex procurements that utilize full and open competition, potentially limiting the absolute lowest price achievable.

What is the historical spending pattern for IT strategic portfolio management services within the Department of Commerce?

Analyzing historical spending patterns for IT strategic portfolio management within the Department of Commerce would require access to detailed budget and contract data over several fiscal years. This specific contract award of $1.9 million provides a data point for the current period. Understanding trends would involve looking at the frequency and value of similar contracts awarded previously, the types of services procured (e.g., consulting, software implementation, ongoing management), and the primary vendors engaged. Such analysis could reveal whether spending in this area is increasing, decreasing, or remaining stable, and whether the Department is consolidating its IT management support.

What are the potential long-term implications of this contract on the Department of Commerce's IT strategy and efficiency?

This contract suggests a strategic focus on optimizing the Department's IT investments through better portfolio management. If executed effectively, it could lead to improved resource allocation, reduced IT redundancy, enhanced project success rates, and better alignment of IT initiatives with departmental goals. The long-term implications depend on the contractor's ability to provide actionable insights and support the implementation of strategic changes. It could also influence future IT procurement decisions, potentially favoring vendors with strong ServiceNow and portfolio management capabilities, and could set a precedent for how similar services are acquired across the Department.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - END USER

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Thundercat Technology LLC

Address: 11190 SUNRISE VALLEY DR STE 200, RESTON, VA, 20191

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $1,909,666

Exercised Options: $1,909,666

Current Obligation: $1,909,666

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 1331L524A13ES0006

IDV Type: BPA

Timeline

Start Date: 2025-11-30

Current End Date: 2026-11-29

Potential End Date: 2026-11-29 00:00:00

Last Modified: 2026-04-12

More Contracts from Thundercat Technology, LLC

View all Thundercat Technology, LLC federal contracts →

Other Department of Commerce Contracts

View all Department of Commerce contracts →

Explore Related Government Spending