Social Security Administration awards $4.39M for identity management, with Deloitte & Touche LLP as prime
Contract Overview
Contract Amount: $4,392,025 ($4.4M)
Contractor: Deloitte & Touche LLP
Awarding Agency: Social Security Administration
Start Date: 2026-01-09
End Date: 2026-12-20
Contract Duration: 345 days
Daily Burn Rate: $12.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IDENTITY MANAGEMENT MAINTENANCE AND INFRASTRUCTURE SUPPORT SERVICES - FEDERAL IDENTITY CREDENTIAL AND ACCESS MANAGEMENT (FICAM) BLANKET PURCHASE AGREEMENT (BPA) 28321323A00040005
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21235
State: Maryland Government Spending
Plain-Language Summary
Social Security Administration obligated $4.4 million to DELOITTE & TOUCHE LLP for work described as: IDENTITY MANAGEMENT MAINTENANCE AND INFRASTRUCTURE SUPPORT SERVICES - FEDERAL IDENTITY CREDENTIAL AND ACCESS MANAGEMENT (FICAM) BLANKET PURCHASE AGREEMENT (BPA) 28321323A00040005 Key points: 1. The contract focuses on essential identity management and infrastructure support for the Federal Identity Credential and Access Management (FICAM) program. 2. Deloitte & Touche LLP is the prime contractor, indicating a reliance on established large business capabilities for this service. 3. The contract is a Blanket Purchase Agreement (BPA) Call, suggesting it's a task order under a larger existing agreement. 4. The duration of the contract is 345 days, indicating a short-term need for these services. 5. The award type is Firm Fixed Price, which shifts cost risk to the contractor. 6. The contract is not set aside for small businesses, suggesting the scope or nature of services may not align with typical small business set-aside criteria.
Value Assessment
Rating: fair
Benchmarking the value of this specific BPA Call is challenging without knowing the underlying BPA's terms and the specific services rendered. However, the total award amount of approximately $4.39 million for a 345-day period suggests a moderate investment in identity management infrastructure. Without comparable BPA Calls or detailed service breakdowns, a precise value-for-money assessment is difficult. The firm fixed-price nature provides cost certainty for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The specific number of bidders for this BPA Call is not provided, but the 'full and open' designation suggests a competitive process was intended. This approach generally promotes price discovery and allows the government to select the best value offer.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it aims to secure competitive pricing and access to a wide range of qualified vendors, potentially leading to cost savings and higher quality services.
Public Impact
Federal employees and authorized users will benefit from secure and reliable identity credentialing and access management. The services delivered will ensure the integrity and security of federal systems by managing digital identities. The geographic impact is likely nationwide, supporting federal agencies' access to critical systems. The contract supports the IT workforce involved in maintaining and operating identity management infrastructure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of transparency on the number of bidders for this specific BPA Call limits understanding of the competitive intensity.
- The short duration of the contract may indicate a temporary need or a gap-filling measure, requiring future procurements.
- Reliance on a single large contractor for critical identity management services could pose a risk if not managed effectively.
Positive Signals
- Awarded under full and open competition, suggesting a robust and fair bidding process.
- Firm Fixed Price contract type shifts cost risk to the contractor, providing budget certainty.
- The contract supports a critical government function: identity management and access control.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on identity management and access control, a critical component of cybersecurity and federal IT infrastructure. The market for these services is substantial, with numerous vendors offering solutions ranging from software to comprehensive support. The Federal Identity Credential and Access Management (FICAM) program aims to standardize identity solutions across federal agencies. This BPA Call likely supports specific implementation or maintenance needs within that broader framework.
Small Business Impact
This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses in the provided data. This suggests that the scope of work or the nature of the services required were deemed more suitable for larger, established prime contractors. The absence of small business participation in this specific award may not reflect the overall small business utilization within the broader FICAM program or other related contracts.
Oversight & Accountability
Oversight for this contract would typically fall under the Social Security Administration's contracting and program management offices. As a BPA Call, it is a task order against a larger Blanket Purchase Agreement, implying that the foundational BPA likely has its own set of oversight mechanisms. Transparency regarding performance metrics, deliverables, and contractor adherence to terms would be managed through regular reporting and review processes. Inspector General jurisdiction would apply if any issues of fraud, waste, or abuse arise.
Related Government Programs
- Federal Identity, Credential, and Access Management (FICAM)
- IT Infrastructure Support Services
- Cybersecurity Services
- Digital Identity Management
Risk Flags
- Potential for vendor lock-in due to specialized nature of identity management services.
- Short contract duration may indicate a temporary solution or require future procurements.
- Lack of specific performance metrics in summary data hinders detailed value assessment.
Tags
it-services, identity-management, access-control, cybersecurity, social-security-administration, deloitte-touche-llp, firm-fixed-price, full-and-open-competition, blanket-purchase-agreement, maryland, federal-identity-credential-and-access-management
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $4.4 million to DELOITTE & TOUCHE LLP. IDENTITY MANAGEMENT MAINTENANCE AND INFRASTRUCTURE SUPPORT SERVICES - FEDERAL IDENTITY CREDENTIAL AND ACCESS MANAGEMENT (FICAM) BLANKET PURCHASE AGREEMENT (BPA) 28321323A00040005
Who is the contractor on this award?
The obligated recipient is DELOITTE & TOUCHE LLP.
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $4.4 million.
What is the period of performance?
Start: 2026-01-09. End: 2026-12-20.
What is the specific nature of the 'identity management maintenance and infrastructure support services' being provided under this BPA Call?
The provided data describes the contract as 'IDENTITY MANAGEMENT MAINTENANCE AND INFRASTRUCTURE SUPPORT SERVICES - FEDERAL IDENTITY CREDENTIAL AND ACCESS MANAGEMENT (FICAM) BLANKET PURCHASE AGREEMENT (BPA)'. This indicates the services likely involve the upkeep, repair, and operational support of the systems and infrastructure that enable the Federal Identity Credential and Access Management (FICAM) program. This could encompass a range of activities such as maintaining identity repositories, managing access control systems, ensuring the functionality of credential issuance and verification processes, and providing technical support for FICAM-related software and hardware. The exact scope would be detailed in the specific BPA Call document and any associated statements of work.
How does the $4.39 million award compare to historical spending on similar identity management services by the Social Security Administration?
Comparing this $4.39 million award to historical spending requires access to detailed historical procurement data for the Social Security Administration (SSA) specifically for identity management services. Without that granular data, a direct comparison is difficult. However, the award amount for a 345-day period suggests a significant, but not massive, investment. It's important to consider if this is a standalone service or part of a larger, ongoing identity management strategy. If the SSA has previously awarded larger, multi-year contracts for similar services, this BPA Call might represent a smaller, more focused effort or a bridge to a future requirement. Conversely, if historical spending has been lower, this could indicate an increased focus or investment in identity management capabilities.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract to ensure effective service delivery?
The provided data does not specify the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. Typically, for IT infrastructure support and maintenance services, KPIs would focus on aspects like system uptime, response times for incidents, resolution times for issues, security compliance adherence, and the successful processing of identity-related transactions. SLAs would define the acceptable thresholds for these metrics and potential remedies or penalties if they are not met. These details are usually outlined in the Statement of Work (SOW) or Performance Work Statement (PWS) associated with the BPA Call, which are not included in the provided summary data.
What is Deloitte & Touche LLP's track record with the Social Security Administration and in providing FICAM-related services?
Deloitte & Touche LLP is a major professional services firm with extensive experience in government contracting, including IT services, cybersecurity, and identity management. Their track record with the Social Security Administration (SSA) would need to be assessed through specific contract databases and performance reviews. Generally, large firms like Deloitte have a history of performing complex IT projects for federal agencies. For FICAM-related services, Deloitte's expertise likely includes areas such as identity governance, access management solutions, and the implementation of federal security standards. A deeper dive into past SSA contracts awarded to Deloitte would reveal their performance history, any past performance issues, and their success in delivering similar IT support services.
Are there any identified risks associated with this contract, such as vendor lock-in or potential cost overruns, given the firm fixed-price nature?
While a Firm Fixed Price (FFP) contract generally shifts cost risk to the contractor, potential risks can still exist. Vendor lock-in is a possibility if the services provided are highly proprietary or deeply integrated into SSA systems, making it difficult to switch vendors in the future without significant cost and disruption. Cost overruns are less likely for the government under FFP, but the contractor might face them if their cost estimations were inaccurate, potentially impacting their motivation or ability to deliver the full scope of services. Other risks could include performance deficiencies if the contractor lacks the necessary expertise or resources, or security vulnerabilities if the identity management infrastructure is not adequately maintained. The short duration (345 days) might also suggest a risk that the services are not sustainable long-term or that a transition to a new solution will be required soon.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - SECURITY AND COMPLIANCE
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
Parent Company: Deloitte Consulting LLP
Address: 1919 N LYNN ST, ARLINGTON, VA, 22209
Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,392,025
Exercised Options: $4,392,025
Current Obligation: $4,392,025
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $442,471
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 28321323A00040005
IDV Type: BPA
Timeline
Start Date: 2026-01-09
Current End Date: 2026-12-20
Potential End Date: 2026-12-20 00:00:00
Last Modified: 2026-03-12
More Contracts from Deloitte & Touche LLP
- Task 3: Corrective Actions — $162.0M (Department of Defense)
- Pks-Hight-Carmona Paredes-Fiar to 36 A4 Support — $157.3M (Department of Defense)
- NEW Contract for MBS Administration — $136.0M (Department of Housing and Urban Development)
- Fleet-Resfor ERP Migration Svcs — $128.5M (Department of Defense)
- PKS - Ross - Carmona Paredes - Fiar to 0060 — $102.4M (Department of Defense)
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.)