State Department renews IT services contract for $43.7M, raising questions about value and competition

Contract Overview

Contract Amount: $43,731,177 ($43.7M)

Contractor: Thundercat Technology, LLC

Awarding Agency: Department of State

Start Date: 2025-06-29

End Date: 2026-06-28

Contract Duration: 364 days

Daily Burn Rate: $120.1K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: NASA SEWP AGENCY CATALOGUE-BASED DELIVERY ORDER SERVICENOW ELA RENEWAL.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20006

State: District of Columbia Government Spending

Plain-Language Summary

Department of State obligated $43.7 million to THUNDERCAT TECHNOLOGY, LLC for work described as: NASA SEWP AGENCY CATALOGUE-BASED DELIVERY ORDER SERVICENOW ELA RENEWAL. Key points: 1. The contract's value is substantial, necessitating a close examination of its cost-effectiveness. 2. Competition dynamics for this IT services renewal warrant scrutiny to ensure fair pricing. 3. Potential risks associated with IT service continuity and vendor performance should be monitored. 4. This contract's performance context is crucial for understanding its impact on State Department operations. 5. The IT services sector is highly competitive, making benchmarking against similar contracts important. 6. The renewal of this contract suggests a continued reliance on the incumbent provider.

Value Assessment

Rating: fair

The contract's value of $43.7 million over one year requires careful benchmarking against similar IT service agreements. Without specific details on the services rendered and their criticality, it is difficult to definitively assess value for money. However, the firm fixed-price structure offers some cost predictability. Further analysis would involve comparing the per-unit costs of specific services or the overall cost per user against industry averages for comparable government agencies.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which is a complex designation. While it implies an initial broad competition, the 'exclusion of sources' aspect requires further clarification to understand if specific vendors were removed from consideration and why. The number of bidders is not specified, making it challenging to assess the true level of competition and its impact on price discovery. A more transparent competition process would typically involve multiple, unhindered bidders.

Taxpayer Impact: The 'full and open' designation is generally positive for taxpayers, suggesting an effort to solicit the best possible pricing. However, the 'exclusion of sources' element introduces uncertainty regarding whether the most competitive bids were truly considered.

Public Impact

The primary beneficiaries are the Department of State personnel who rely on the IT services for their daily operations. The contract delivers essential IT services, likely including software licensing, maintenance, and support, crucial for agency functioning. The geographic impact is concentrated within the District of Columbia, where the Department of State is headquartered. Workforce implications are indirect, supporting the existing IT staff by providing necessary tools and services.

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 computer-related services. The IT services market is vast and highly dynamic, with significant government spending allocated to software, hardware, and related support. Benchmarking this contract against similar IT service agreements within federal agencies, particularly those with similar scope and duration, would provide valuable context for assessing its cost-effectiveness and market alignment.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside. The primary impact on the small business ecosystem would be through any potential subcontracting opportunities offered by the prime contractor, Thundercat Technology, LLC, which is not detailed in the provided information.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the relevant program managers within the Department of State. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to deliver specified services within the agreed-upon price. Transparency is facilitated through contract databases, but the specific details of the 'exclusion of sources' in the competition process warrant further inquiry to ensure full accountability.

Related Government Programs

Risk Flags

Tags

it-services, department-of-state, district-of-columbia, firm-fixed-price, full-and-open-competition, it-software, service-now, nasa-sewp, delivery-order, contract-renewal

Frequently Asked Questions

What is this federal contract paying for?

Department of State awarded $43.7 million to THUNDERCAT TECHNOLOGY, LLC. NASA SEWP AGENCY CATALOGUE-BASED DELIVERY ORDER SERVICENOW ELA RENEWAL.

Who is the contractor on this award?

The obligated recipient is THUNDERCAT TECHNOLOGY, LLC.

Which agency awarded this contract?

Awarding agency: Department of State (Department of State).

What is the total obligated amount?

The obligated amount is $43.7 million.

What is the period of performance?

Start: 2025-06-29. End: 2026-06-28.

What specific IT services are included in this ServiceNow ELA renewal, and how do they align with the Department of State's current IT strategy?

The provided data does not specify the exact IT services covered by this ServiceNow ELA renewal. It is described broadly as 'NASA SEWP AGENCY CATALOGUE-BASED DELIVERY ORDER SERVICENOW ELA RENEWAL.' To assess its alignment with the Department of State's IT strategy, a detailed breakdown of the services would be necessary. This would include understanding if the renewal covers core IT infrastructure, specific software licenses, cloud services, cybersecurity tools, or end-user support. Without this granular information, it's challenging to determine if the expenditure is strategically justified and contributes effectively to the agency's modernization goals or operational needs.

How does the $43.7 million cost compare to previous years' spending on similar IT services at the Department of State?

The provided data only includes information for the current contract period (2025-2026). To compare this $43.7 million expenditure to previous years, historical spending data for similar IT services at the Department of State would be required. This would involve identifying prior contracts for ServiceNow ELA or comparable IT service management solutions and analyzing their costs. A trend analysis could reveal whether spending has increased, decreased, or remained stable, providing context for the current renewal's cost-effectiveness. Without this historical perspective, it's difficult to ascertain if the current price represents an escalation or a favorable rate.

What does 'Full and Open Competition After Exclusion of Sources' mean in the context of this contract award, and were there any specific justifications for excluding potential bidders?

The designation 'Full and Open Competition After Exclusion of Sources' suggests that while the procurement was intended to be broadly competitive, certain sources (potential bidders) were specifically excluded from participating. The reasons for such exclusions can vary, including past performance issues, failure to meet pre-qualification criteria, or specific agency requirements that only a limited number of vendors could meet. Without further details from the Department of State's procurement file, it is unclear why sources were excluded in this instance. This aspect raises concerns about the true extent of competition and whether the government received the most advantageous offers available in the market.

What are the key performance indicators (KPIs) for this contract, and how will Thundercat Technology, LLC's performance be measured?

The provided data does not specify the key performance indicators (KPIs) or the performance measurement criteria for this contract. Typically, IT service contracts include detailed Service Level Agreements (SLAs) that outline measurable objectives for uptime, response times, resolution rates, and customer satisfaction. The firm fixed-price nature of this contract implies that Thundercat Technology, LLC is obligated to deliver the agreed-upon services, but the specific metrics for evaluating their success and ensuring value for money are not detailed here. A thorough review of the contract's statement of work and performance clauses would be necessary to understand these KPIs.

Are there any potential risks associated with relying on a single vendor (Thundercat Technology, LLC) for these critical IT services, especially given the 'exclusion of sources' in the competition?

Relying on a single vendor for critical IT services inherently carries risks, including potential vendor lock-in, reduced negotiation leverage for future renewals, and a lack of alternative solutions if the vendor underperforms or faces financial difficulties. The 'exclusion of sources' aspect in this contract's competition further amplifies these concerns. If legitimate competitors were unfairly excluded, it could indicate a less robust market for these services or potential issues with the procurement process itself. This situation necessitates strong oversight and contingency planning to mitigate risks associated with vendor dependency and ensure service continuity.

Industry Classification

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

Product/Service Code: IT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Thundercat Technology LLC

Address: 1925 ISAAC NEWTON SQ STE 180, RESTON, VA, 20190

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: $43,731,177

Exercised Options: $43,731,177

Current Obligation: $43,731,177

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SD26B

IDV Type: GWAC

Timeline

Start Date: 2025-06-29

Current End Date: 2026-06-28

Potential End Date: 2026-06-28 00:00:00

Last Modified: 2025-07-22

More Contracts from Thundercat Technology, LLC

View all Thundercat Technology, LLC federal contracts →

Other Department of State Contracts

View all Department of State contracts →

Explore Related Government Spending