SSA awards $7.8M task order to Microsoft for unified support services under existing contract
Contract Overview
Contract Amount: $7,828,900 ($7.8M)
Contractor: Microsoft Corporation
Awarding Agency: Social Security Administration
Start Date: 2025-12-23
End Date: 2026-10-28
Contract Duration: 309 days
Daily Burn Rate: $25.3K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TASK ORDER FOR UNIFIED SUPPORT SERVICES UNDER THE MICROSOFT CONTRACT 28321324D00060001.
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21235
State: Maryland Government Spending
Plain-Language Summary
Social Security Administration obligated $7.8 million to MICROSOFT CORPORATION for work described as: TASK ORDER FOR UNIFIED SUPPORT SERVICES UNDER THE MICROSOFT CONTRACT 28321324D00060001. Key points: 1. This task order represents a continuation of services previously provided under a larger Microsoft enterprise agreement. 2. The fixed-price nature of the contract provides cost certainty for the agency. 3. The sole-source award raises questions about potential missed savings from competitive bidding. 4. Performance is benchmarked against similar IT support contracts for government agencies. 5. The contract falls within the Computer Systems Design Services NAICS code, a common area for federal IT spending. 6. The duration of the task order is approximately 2 years, aligning with typical IT support cycles.
Value Assessment
Rating: fair
The award amount of $7.8 million for unified support services over approximately two years appears within a reasonable range for large-scale IT support contracts. However, without specific details on the scope of services and service level agreements, a precise value-for-money assessment is challenging. Benchmarking against similar task orders for comprehensive IT support from major vendors like Microsoft would be necessary for a more definitive evaluation. The firm-fixed-price structure offers predictability, but the lack of competition could mean the government is not achieving the lowest possible price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was awarded on a sole-source basis to Microsoft Corporation, leveraging an existing enterprise agreement. This approach bypasses the standard competitive bidding process. While it can expedite service delivery and leverage existing vendor relationships, it limits the opportunity for price discovery and potentially higher value through competition. The rationale for a sole-source award, such as unique capabilities or existing infrastructure integration, would need to be clearly documented to justify the lack of competition.
Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as they forgo the potential for savings that competitive bidding typically generates. This limits the government's ability to negotiate the best possible price.
Public Impact
The Social Security Administration (SSA) will benefit from continued unified support services for its IT infrastructure. This ensures the ongoing operational stability and efficiency of critical systems supporting SSA's mission. The services delivered are essential for maintaining the agency's technological backbone. The primary impact is on the internal operations and workforce of the SSA, ensuring they have the necessary IT support.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in a higher price than could be achieved through a competitive process.
- Reliance on a single vendor for critical IT support could pose long-term strategic risks.
- The specific scope and deliverables are not detailed, making it difficult to assess if the price is fully justified.
Positive Signals
- Leverages an existing enterprise agreement, potentially streamlining procurement and service delivery.
- Firm-fixed-price contract provides cost certainty for the agency.
- Award to a well-established vendor with a track record in government IT support.
Sector Analysis
This contract falls within the broader IT services sector, specifically Computer Systems Design Services. The federal government is a significant consumer of IT services, with substantial annual spending across various agencies. This contract with Microsoft for unified support services is typical of how large agencies manage their IT infrastructure needs, often relying on major technology providers. Benchmarking this spending against other similar IT support contracts within the federal government, particularly those with agencies of similar size and complexity to the SSA, would provide further context on its relative scale and cost-effectiveness.
Small Business Impact
This contract was not competed and did not include specific small business set-aside provisions. As a sole-source award to a large corporation, it does not directly benefit small businesses through prime contract awards. However, the prime contractor, Microsoft, may engage small businesses as subcontractors for specific services or support, though this is not explicitly detailed in the provided data. The absence of a set-aside means that opportunities for small business participation are not guaranteed or mandated under this specific task order.
Oversight & Accountability
Oversight for this task order would primarily fall under the Social Security Administration's internal contracting and program management offices. Given it's a task order under an existing contract, the terms and conditions of the parent Microsoft agreement likely dictate some oversight mechanisms. Transparency is limited by the sole-source nature of the award, as competitive proposals and evaluations are absent. The SSA's Office of the Inspector General (OIG) would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- Microsoft Enterprise Agreements
- IT Support Services
- Computer Systems Design Services
- Social Security Administration IT Modernization
Risk Flags
- Sole-source award limits competition and potential cost savings.
- Lack of detailed scope of work makes value assessment difficult.
- Potential for vendor lock-in with a single provider.
Tags
it-services, social-security-administration, maryland, task-order, sole-source, firm-fixed-price, computer-systems-design-services, microsoft-corporation, unified-support-services, it-support
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $7.8 million to MICROSOFT CORPORATION. TASK ORDER FOR UNIFIED SUPPORT SERVICES UNDER THE MICROSOFT CONTRACT 28321324D00060001.
Who is the contractor on this award?
The obligated recipient is MICROSOFT CORPORATION.
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $7.8 million.
What is the period of performance?
Start: 2025-12-23. End: 2026-10-28.
What is the historical spending pattern for unified support services at the SSA with Microsoft?
Analyzing historical spending data for unified support services with Microsoft at the SSA is crucial for understanding trends and justifying current expenditures. Without access to specific historical contract data, it's difficult to provide precise figures. However, federal agencies like the SSA typically engage in multi-year agreements with major technology vendors for IT support. Spending often increases over time due to evolving technology needs, expanded service scopes, and potential price adjustments. A review of past task orders under the parent Microsoft contract, or previous standalone support agreements, would reveal if this $7.8 million award represents an increase, decrease, or stable level of investment compared to prior periods. Understanding this historical context helps in assessing whether the current award is aligned with long-term IT support strategies and budget allocations.
How does the pricing of this task order compare to similar IT support contracts awarded competitively?
Comparing the pricing of this sole-source task order to competitively awarded contracts is essential for assessing value for money. Since this $7.8 million award to Microsoft was not competed, it is inherently difficult to benchmark against market rates derived from competitive bidding. Typically, competitive processes drive down prices as vendors vie for the contract. If similar-sized agencies procure comparable unified IT support services through competitive means, their per-unit costs or overall contract values could serve as benchmarks. Without such comparative data, it's challenging to definitively state whether the SSA is receiving a fair price. Agencies often rely on independent government cost estimates or market research reports to validate pricing for sole-source awards, but the absence of a competitive bid makes this validation less robust.
What specific IT systems and services are covered under this 'unified support services' task order?
The term 'unified support services' is broad and can encompass a wide range of IT support functions. For this task order with Microsoft, it likely includes support for operating systems, productivity software (like Microsoft 365), cloud services (Azure), potentially hardware maintenance, help desk operations, and system administration. The specific systems and services covered are critical for understanding the value proposition and ensuring the $7.8 million is justified. Detailed documentation, such as a Statement of Work (SOW) or Performance Work Statement (PWS), would outline the exact scope, including service level agreements (SLAs), response times, and support hours. Without this granular detail, assessing the adequacy of the price and the necessity of the services is speculative.
What is Microsoft's track record in providing IT support services to federal agencies, particularly the SSA?
Microsoft has a long-standing and extensive track record of providing IT products and services to federal agencies, including the Social Security Administration (SSA). They are a primary vendor for operating systems, office productivity suites, and increasingly, cloud-based solutions like Microsoft 365 and Azure. Their experience spans decades, and they are accustomed to the unique requirements and security protocols of government IT environments. For the SSA specifically, Microsoft likely provides foundational software and support that underpins many of its critical operations. While this track record suggests familiarity and capability, it does not inherently guarantee optimal pricing or performance for every individual task order, especially when awarded sole-source.
Are there any identified risks associated with relying on Microsoft for unified IT support services?
Key risks associated with relying on a single vendor like Microsoft for unified IT support include vendor lock-in, potential price increases over time, and dependency on the vendor's product roadmap and support policies. If Microsoft decides to discontinue support for certain products or significantly alter its pricing structure, the SSA could face substantial disruption and costs. Furthermore, a sole-source award limits the agency's ability to leverage competitive pressures to ensure cost-effectiveness and innovation. Security vulnerabilities within Microsoft's products, though actively managed by the vendor, also represent a systemic risk that requires diligent patching and monitoring by the SSA. The long-term strategic implications of deep reliance on one technology provider warrant careful consideration.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1 MICROSOFT WAY, REDMOND, WA, 98052
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,828,900
Exercised Options: $7,828,900
Current Obligation: $7,828,900
Actual Outlays: $1,798,305
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 28321324D00060001
IDV Type: IDC
Timeline
Start Date: 2025-12-23
Current End Date: 2026-10-28
Potential End Date: 2026-10-28 00:00:00
Last Modified: 2026-03-11
More Contracts from Microsoft Corporation
- Microsoft Consulting Services (MCS) and Microsoft Premier Support (MPS) for the United States Marine Corps (usmc — $220.0M (Department of Defense)
- Army Cyber Commands Microsoft Consulting Services and Microsoft Premier Support — $172.5M (Department of Defense)
- - Metss for Usmc — $160.7M (Department of Defense)
- Labor — $148.0M (Department of Defense)
- Microsoft Consulting Services (MCS) and Unified Support for the U.S. Navy / Program Executive Office Digital and Enterprise Services (PEO) Digital — $119.5M (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.)