NASA SEWP Task Order for Splunk Services awarded to FOUR LLC for $1.62M, spanning over 6 years

Contract Overview

Contract Amount: $1,620,124 ($1.6M)

Contractor: Four LLC

Awarding Agency: Social Security Administration

Start Date: 2025-09-30

End Date: 2026-12-10

Contract Duration: 436 days

Daily Burn Rate: $3.7K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: NASA SEWP TASK ORDER FOR SPLUNK PROFESSIONAL SERVICES. ANTICIPATED PERIOD OF PERFORMANCE: 09/30/2025 - 03/29/2031 (PROVIDED ALL OPTIONS ARE EXERCISED).

Place of Performance

Location: HERNDON, FAIRFAX County, VIRGINIA, 20171

State: Virginia Government Spending

Plain-Language Summary

Social Security Administration obligated $1.6 million to FOUR LLC for work described as: NASA SEWP TASK ORDER FOR SPLUNK PROFESSIONAL SERVICES. ANTICIPATED PERIOD OF PERFORMANCE: 09/30/2025 - 03/29/2031 (PROVIDED ALL OPTIONS ARE EXERCISED). Key points: 1. The contract's duration of over six years suggests a long-term need for Splunk services. 2. The firm-fixed-price contract type indicates that the price is set regardless of the actual costs incurred by the contractor. 3. Awarded under NASA SEWP, a government-wide acquisition contract, implies a streamlined procurement process. 4. The contract is for 'Other Computer Related Services', a broad category that requires further detail on specific deliverables. 5. The total value of $1.62 million over the potential period of performance suggests a moderate investment in specialized IT services.

Value Assessment

Rating: fair

Benchmarking the value of this specific task order is challenging without more detailed information on the scope of work and the specific Splunk services required. The $1.62 million over approximately 6.5 years averages to roughly $250,000 annually, which appears reasonable for specialized IT professional services. However, a direct comparison to similar contracts for Splunk professional services across federal agencies would be necessary for a more definitive value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under the NASA SEWP (Solutions for Enterprise-Wide Procurement) program, which is a government-wide indefinite-delivery/indefinite-quantity (IDIQ) contract vehicle. While SEWP itself is competed, the specific task order was issued under 'full and open competition after exclusion of sources'. This suggests that multiple vendors had the opportunity to bid on this specific task order, leading to a competitive pricing environment.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to better pricing and service quality.

Public Impact

The Social Security Administration (SSA) is the primary beneficiary, likely utilizing Splunk for data analysis, security monitoring, or operational intelligence. The services delivered will support the SSA's IT infrastructure and data management needs. The geographic impact is likely concentrated within the SSA's operational centers, primarily in Virginia where the contractor is located. The contract supports specialized IT roles, potentially impacting the workforce in cybersecurity and data analytics.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT professional services sector is highly dynamic, with specialized software like Splunk playing a crucial role in data management, security, and operational intelligence for government agencies. The federal government's spending on IT services is substantial, with significant investments in areas like data analytics, cloud computing, and cybersecurity. This contract fits within the broader category of IT support services, specifically focusing on a widely used platform for log analysis and security information and event management (SIEM). Comparable spending benchmarks would typically be found within IT services categories for agencies of similar size and complexity to the SSA.

Small Business Impact

The provided 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 small business set-aside. The primary contractor, FOUR LLC, is not explicitly identified as a small business in the provided data, so its size status would need further investigation to understand its role within the broader small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily fall under the Social Security Administration's contracting officers and program managers. As a task order under the NASA SEWP GWAC, it benefits from the oversight mechanisms inherent in the SEWP program's structure. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract were suspected.

Related Government Programs

Risk Flags

Tags

it-services, splunk, nasa-sewp, social-security-administration, firm-fixed-price, full-and-open-competition, professional-services, data-analytics, virginia, task-order

Frequently Asked Questions

What is this federal contract paying for?

Social Security Administration awarded $1.6 million to FOUR LLC. NASA SEWP TASK ORDER FOR SPLUNK PROFESSIONAL SERVICES. ANTICIPATED PERIOD OF PERFORMANCE: 09/30/2025 - 03/29/2031 (PROVIDED ALL OPTIONS ARE EXERCISED).

Who is the contractor on this award?

The obligated recipient is FOUR LLC.

Which agency awarded this contract?

Awarding agency: Social Security Administration (Social Security Administration).

What is the total obligated amount?

The obligated amount is $1.6 million.

What is the period of performance?

Start: 2025-09-30. End: 2026-12-10.

What specific Splunk modules or services are being procured under this task order, and what are the key performance indicators (KPIs) for success?

The provided data does not specify the exact Splunk modules or services being procured. This could range from Splunk Enterprise licenses and support to professional services for implementation, configuration, custom app development, or advanced analytics. Key Performance Indicators (KPIs) are also not detailed, but typical metrics for such contracts might include system uptime, data ingestion rates, search performance, security incident detection rates, and successful completion of defined project milestones. Without this granular information, a thorough assessment of performance and value is limited.

How does the average annual cost of this contract compare to similar Splunk professional services contracts awarded by other federal agencies?

The average annual cost for this contract is approximately $250,000 ($1.62M / 6.5 years). Benchmarking this against similar contracts requires access to detailed data on other federal awards for Splunk professional services, including the scope of work, duration, and specific services rendered. Anecdotally, this figure appears within a reasonable range for specialized IT services, but a definitive comparison would necessitate a comprehensive market analysis of comparable contracts. Factors like the complexity of the implementation, the level of expertise required, and the specific Splunk products involved significantly influence pricing.

What is the track record of FOUR LLC in delivering IT professional services, particularly related to Splunk, to federal agencies?

Information regarding FOUR LLC's specific track record with Splunk services for federal agencies is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and client references. Understanding their experience with similar-sized projects, their technical certifications, and their ability to meet deadlines and performance standards is crucial. Without this background, evaluating the risk associated with contractor performance is challenging.

What is the potential risk associated with the long period of performance (up to 6.5 years) for this contract?

A long period of performance, such as the potential 6.5 years for this contract, carries several risks. Firstly, technology evolves rapidly, and Splunk's offerings or industry best practices may change significantly over this timeframe, potentially making the contracted services or solutions outdated. Secondly, there's a risk of scope creep, where the requirements may expand beyond the original intent, leading to cost overruns if not managed strictly. Thirdly, long-term contracts can sometimes reduce flexibility for the agency to adapt to new technological solutions or changing mission needs. Effective contract management, regular reviews, and clear change control processes are essential to mitigate these risks.

How does the use of the NASA SEWP GWAC impact the overall efficiency and cost-effectiveness of procuring these Splunk services?

Utilizing the NASA SEWP GWAC (Government-Wide Acquisition Contract) generally enhances efficiency and cost-effectiveness for procuring IT solutions like Splunk services. SEWP vehicles are pre-competed, meaning the basic contract terms and conditions, including pricing structures and vendor qualifications, have already been established through a rigorous competition. This allows agencies to issue task orders more rapidly than starting a new procurement from scratch. Furthermore, SEWP offers a wide range of IT products and services from numerous vendors, fostering competition at the task order level and potentially driving down prices. The streamlined process reduces administrative burden and acquisition lead times.

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 - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 28321325Q00000185

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2303 DULLES STATION BLVD STE 105, HERNDON, VA, 20171

Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $6,866,115

Exercised Options: $1,620,124

Current Obligation: $1,620,124

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SC73B

IDV Type: GWAC

Timeline

Start Date: 2025-09-30

Current End Date: 2026-12-10

Potential End Date: 2029-12-10 00:00:00

Last Modified: 2026-04-03

More Contracts from Four LLC

View all Four LLC federal contracts →

Other Social Security Administration Contracts

View all Social Security Administration contracts →

Explore Related Government Spending