Tuknik Government Services LLC awarded $19M BPA Call for IT services to Social Security Administration
Contract Overview
Contract Amount: $19,027,238 ($19.0M)
Contractor: Tuknik Government Services LLC
Awarding Agency: Social Security Administration
Start Date: 2025-09-30
End Date: 2026-05-18
Contract Duration: 230 days
Daily Burn Rate: $82.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: CALL ORDER AGAINST SOSS BLANKET PURCHASE AGREEMENT (BPA) 28321320A00040018 TO CONTINUE SERVICES DURING PERIOD OF PERFORMANCE 08/19/2025 THROUGH 02/18/2026.
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21235
State: Maryland Government Spending
Plain-Language Summary
Social Security Administration obligated $19.0 million to TUKNIK GOVERNMENT SERVICES LLC for work described as: CALL ORDER AGAINST SOSS BLANKET PURCHASE AGREEMENT (BPA) 28321320A00040018 TO CONTINUE SERVICES DURING PERIOD OF PERFORMANCE 08/19/2025 THROUGH 02/18/2026. Key points: 1. Contract awarded under a full and open competition BPA, suggesting a competitive process. 2. The contract is for IT services, specifically 'Other Computer Related Services'. 3. The period of performance is approximately 9 months. 4. The contract type is Firm Fixed Price, which shifts risk to the contractor. 5. The award is a BPA Call, indicating it's a task order against a larger agreement. 6. The contractor, Tuknik Government Services LLC, is performing services in Maryland.
Value Assessment
Rating: fair
The contract value of $19 million for a 9-month period of performance for IT services appears to be within a reasonable range for such engagements. Benchmarking against similar 'Other Computer Related Services' contracts awarded by the SSA or other agencies would provide a clearer picture of value for money. The firm fixed price structure is generally favorable for the government when scope is well-defined, but it necessitates careful monitoring to ensure the contractor is not cutting corners to maintain profitability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a BPA Call against a Blanket Purchase Agreement (BPA) that was itself competed on a full and open basis. The specific competition details for the BPA itself are not provided here, but the 'full and open' designation for this call order suggests that multiple bidders were likely considered or had the opportunity to bid on the underlying BPA. The number of bidders for the BPA would be a key factor in assessing the level of competition.
Taxpayer Impact: A full and open competition for the underlying BPA generally leads to better price discovery and potentially lower costs for taxpayers compared to sole-source or limited competition awards.
Public Impact
The Social Security Administration (SSA) benefits from continued IT services to support its operations. Citizens and SSA employees benefit from reliable IT infrastructure and support. The services are delivered within Maryland, impacting the local workforce and economy. The contract supports the ongoing mission of the SSA to provide essential social insurance programs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if the initial requirements are not clearly defined within the BPA.
- Reliance on a single contractor for a critical period of service delivery.
- Ensuring the firm fixed price does not incentivize reduced quality of service.
Positive Signals
- Awarded under a competitive BPA, indicating potential for good value.
- Firm Fixed Price contract type aligns government cost expectations.
- Contractor has an existing relationship with the agency via the BPA.
Sector Analysis
This contract falls within the Information Technology sector, specifically 'Other Computer Related Services'. The IT services market is vast and highly competitive, with agencies like the SSA relying heavily on contractors for specialized support. Benchmarking this contract's value would involve comparing it to similar IT service contracts awarded to companies of similar size and capability, considering the specific services rendered and the agency's unique operational environment.
Small Business Impact
The data indicates that small business participation is not a primary focus for this specific BPA Call, as the 'ss' (small business set-aside) and 'sb' (small business) flags are false. While the underlying BPA may have had small business considerations, this particular task order does not appear to be a small business set-aside. Further analysis of the BPA's subcontracting plan would be needed to understand potential impacts on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily fall under the Social Security Administration's contracting officers and program managers. The firm fixed price nature of the contract provides a degree of cost control. Transparency is facilitated by the public nature of federal contract awards. The extent of Inspector General involvement would depend on any identified performance issues or potential fraud, waste, or abuse.
Related Government Programs
- Social Security Administration IT Modernization Efforts
- Federal Civilian Agency IT Services Contracts
- Blanket Purchase Agreements (BPAs) for IT Support
- Other Computer Related Services Contracts
Risk Flags
- Potential for inadequate competition in the underlying BPA.
- Risk of service quality degradation under Firm Fixed Price.
- Dependence on contractor performance for critical IT functions.
Tags
it-services, social-security-administration, maryland, bpa-call, firm-fixed-price, full-and-open-competition, computer-related-services, information-technology, federal-contract, tuknik-government-services-llc
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $19.0 million to TUKNIK GOVERNMENT SERVICES LLC. CALL ORDER AGAINST SOSS BLANKET PURCHASE AGREEMENT (BPA) 28321320A00040018 TO CONTINUE SERVICES DURING PERIOD OF PERFORMANCE 08/19/2025 THROUGH 02/18/2026.
Who is the contractor on this award?
The obligated recipient is TUKNIK GOVERNMENT SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $19.0 million.
What is the period of performance?
Start: 2025-09-30. End: 2026-05-18.
What is the historical performance record of Tuknik Government Services LLC with the Social Security Administration and other federal agencies?
Analyzing the past performance of Tuknik Government Services LLC is crucial for assessing the risk associated with this contract. This involves reviewing past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any documented issues or commendations. A history of successful, on-time, and within-budget delivery of similar IT services would indicate a lower risk. Conversely, a pattern of performance deficiencies, cost overruns, or unresolved issues would raise concerns about their ability to meet the requirements of this new BPA Call. Information on their track record with the SSA specifically would be particularly relevant, given this is a repeat customer.
How does the per-unit cost or overall value of this contract compare to similar IT services contracts awarded by the SSA or other agencies?
To benchmark the value for money, a detailed comparison of this contract's pricing against similar IT services contracts is necessary. This would involve identifying contracts with comparable scope, duration, service levels, and contractor capabilities, preferably within the Social Security Administration or other civilian agencies. Factors such as the specific 'Other Computer Related Services' provided, the labor categories and rates, and the overall contract structure (e.g., Firm Fixed Price) need to be considered. If this contract's pricing is significantly higher than comparable contracts without a clear justification (e.g., unique requirements, higher complexity), it could indicate a potential overpayment or a less competitive pricing structure.
What are the specific risks associated with this contract, and what mitigation strategies are in place?
Key risks for this contract include potential scope creep, contractor underperformance impacting SSA operations, and the possibility that the firm fixed price may lead to a reduction in service quality if not adequately monitored. Risks also exist if the underlying BPA competition was not robust, potentially leading to suboptimal pricing. Mitigation strategies should include clear definition and management of the Statement of Work (SOW), robust performance monitoring by the SSA, regular communication channels with the contractor, and contingency planning for service disruptions. The firm fixed price shifts cost risk to the contractor, but the SSA must ensure the quality and completeness of services delivered.
How effective has the competition process for the underlying BPA been in driving value and innovation for the SSA?
The effectiveness of the competition for the underlying BPA is a critical factor in assessing the overall value derived from this BPA Call. If the BPA was awarded through a highly competitive process with numerous qualified bidders, it suggests that the SSA likely secured favorable terms and pricing. This competition should ideally foster innovation and encourage contractors to offer efficient solutions. However, without details on the number of bidders and the evaluation criteria used for the BPA, it's difficult to definitively assess its effectiveness. A limited competition for the BPA could mean less pressure on pricing and potentially fewer innovative solutions being brought to the table.
What is the projected spending trend for 'Other Computer Related Services' within the SSA over the past five years?
Understanding the historical spending trend for 'Other Computer Related Services' at the SSA provides context for this $19 million BPA Call. Analyzing past expenditures can reveal whether spending in this category has been increasing, decreasing, or remaining stable. A consistent or increasing trend might indicate growing reliance on these services or expansion of IT infrastructure. Conversely, a decreasing trend could suggest consolidation, insourcing, or a shift in technology. This historical data helps in evaluating whether the current award is in line with the agency's strategic IT investments and resource allocation patterns.
Are there any specific performance metrics or Key Performance Indicators (KPIs) tied to this BPA Call, and how are they being monitored?
The effectiveness of this contract hinges on the establishment and monitoring of clear performance metrics and KPIs. For an IT services contract, these might include system uptime, response times for technical support, incident resolution rates, and project completion timelines. The firm fixed price contract type implies that meeting these KPIs is the contractor's responsibility to achieve profitability. The SSA's contracting officer and technical points of contact must actively monitor these metrics to ensure service quality and identify any deviations from the agreed-upon standards. The absence of clearly defined and monitored KPIs could lead to substandard service delivery.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3800 CENTERPOINT DR STE 700, ANCHORAGE, AK, 99503
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $19,027,238
Exercised Options: $19,027,238
Current Obligation: $19,027,238
Actual Outlays: $7,926,932
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 28321320A00040018
IDV Type: BPA
Timeline
Start Date: 2025-09-30
Current End Date: 2026-05-18
Potential End Date: 2026-05-18 00:00:00
Last Modified: 2026-03-17
More Contracts from Tuknik Government Services LLC
- Information Technology (IT), Artificial Intelligence (AI), and Machine Learning (ML) Programmatic Support Services for the Department of Defense Chief Information Officer (DOD CIO) Joint Artificial Intelligence Center (jaic) — $106.7M (Department of the Interior)
- Network Operations Support Services — $25.2M (Department of Agriculture)
- Covid Eidl Loan Processing Support Services — $24.5M (Small Business Administration)
- Ffts Support Services — $16.5M (Department of Justice)
- BLM Information Technology Operations Support Services-Itoss-Ii- National Desktop Support — $9.3M (Department of the Interior)
Other Social Security Administration Contracts
- Itssc Task Order for Systems — $1.1B (Leidos, Inc.)
- Contractor IS to Provide the Expertise, Technical Knowledge, IT Support Personnel, and Other Related Resources Necessary for Systems Analysis and Testing — $734.1M (Northrop Grumman Systems Corporation)
- Contractor to Provide Development&database Support to Agency's Office of Software Engineering — $593.5M (Leidos, Inc.)
- THE Government Intends to Establish a Single-Award Delivery Order Base Plus Four 1year Option Periods for the Renewal of IBM Software Maintenance and the Purchase of More Additional IBM Software Licenses Against the General Services Administrations Federal Supply Schedule Program. Previous Order SS00-15-30081 — $525.4M (International Business Machines Corporation)
- NEW 66 Month Open-Market Contract for Renewal of CA Software, Support Services, and Maintenance. CA Proprietary Software Products ARE Used Extensively Throughout OUR Mainframe and Distributed Environments AT ALL SSA Data Centers — $419.8M (CA, Inc.)