VA awards $296K contract for wayfinding services to Thundercat Technology, LLC

Contract Overview

Contract Amount: $296,533 ($296.5K)

Contractor: Thundercat Technology, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-04-16

End Date: 2027-04-15

Contract Duration: 729 days

Daily Burn Rate: $407/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: WAYFINDING REPLACEMENT AND SUPPORT SERVICES

Place of Performance

Location: ORLANDO, ORANGE County, FLORIDA, 32827

State: Florida Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $296,532.72 to THUNDERCAT TECHNOLOGY, LLC for work described as: WAYFINDING REPLACEMENT AND SUPPORT SERVICES Key points: 1. Contract awarded via full and open competition after exclusion of sources, indicating a competitive process. 2. The contract duration of 729 days suggests a need for sustained support. 3. Firm Fixed Price contract type helps manage cost certainty for the government. 4. The North American Industry Classification System (NAICS) code 541519 points to specialized computer-related services. 5. Awarded by the Department of Veterans Affairs, likely supporting healthcare facilities or administrative operations. 6. The contract value is relatively small, suggesting a focused scope of work.

Value Assessment

Rating: good

The contract value of approximately $296,532 over two years appears reasonable for specialized IT support services. Benchmarking against similar contracts for IT support or system integration within the VA or other federal agencies would provide a clearer picture of value for money. Given the firm fixed-price structure, the government has a defined cost ceiling, which is a positive indicator for budget management. The specific nature of 'wayfinding replacement and support services' suggests a niche requirement, making direct comparisons challenging without further detail on the technology and scope.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'Full and Open Competition After Exclusion of Sources.' While this indicates a competitive process was intended, the 'exclusion of sources' clause suggests that certain potential bidders may have been disqualified or not considered for specific reasons, which warrants further investigation. The presence of 3 bids indicates some level of competition, but the exact number of interested parties and the reasons for exclusion would be crucial to fully assess the competitive landscape and its impact on price discovery.

Taxpayer Impact: The competitive process, even with exclusions, aims to secure the best value for taxpayers. Understanding the reasons for source exclusion is important to ensure that the chosen vendor truly represents the most advantageous offer and that taxpayer funds are used efficiently.

Public Impact

Veterans and VA staff will benefit from improved or replaced wayfinding systems, potentially enhancing navigation within facilities. The services delivered will focus on the technical aspects of wayfinding systems, including replacement and ongoing support. The geographic impact is likely concentrated in the locations where the VA facilities utilizing these wayfinding systems are situated, with the awardee based in Florida. Workforce implications may include specialized IT technicians for installation, maintenance, and support of the wayfinding technology.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector, particularly within government contracting, is highly competitive. This contract falls under specialized computer-related services (NAICS 541519), which can encompass a wide range of solutions from software development to system integration and support. The market for wayfinding solutions, especially in large institutions like the VA, often involves a blend of hardware, software, and ongoing maintenance. Spending in this niche area is typically driven by facility upgrades, modernization efforts, and the need for improved user experience and operational efficiency. Comparable spending benchmarks would depend on the scale and complexity of the wayfinding system deployed.

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 set-aside requirement. However, the prime contractor, Thundercat Technology, LLC, may choose to subcontract portions of this work to small businesses as part of their overall business strategy, which could indirectly benefit the small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting officers and program managers. Accountability measures would be defined in the contract's statement of work and performance standards. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to this contract were suspected or reported.

Related Government Programs

Risk Flags

Tags

it-services, department-of-veterans-affairs, florida, firm-fixed-price, delivery-order, full-and-open-competition, computer-related-services, facility-management, wayfinding-systems

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $296,532.72 to THUNDERCAT TECHNOLOGY, LLC. WAYFINDING REPLACEMENT AND SUPPORT SERVICES

Who is the contractor on this award?

The obligated recipient is THUNDERCAT TECHNOLOGY, LLC.

Which agency awarded this contract?

Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).

What is the total obligated amount?

The obligated amount is $296,532.72.

What is the period of performance?

Start: 2025-04-16. End: 2027-04-15.

What specific wayfinding technology or system is being replaced or supported under this contract, and what are the key performance indicators for the support services?

The provided data does not specify the exact wayfinding technology or system. It is described broadly as 'WAYFINDING REPLACEMENT AND SUPPORT SERVICES.' To assess the contract's effectiveness, understanding the underlying technology (e.g., digital kiosks, mobile app integration, static signage) is crucial. Key performance indicators (KPIs) for support services are also not detailed but would typically include metrics such as response time to issues, resolution time, system uptime, and user satisfaction. Without these specifics, it's challenging to benchmark the value or predict the success of the support provided beyond the contractual obligation.

How does the pricing of this contract compare to similar wayfinding technology support contracts awarded by the VA or other federal agencies?

Directly comparing the pricing of this $296,532 contract for 729 days is difficult without more granular data on the scope of services and the specific technology involved. Wayfinding solutions can range from simple digital signage to complex, integrated systems with real-time updates and user interaction. To benchmark effectively, one would need to identify contracts with similar technological complexity, service level agreements, and contract durations. The firm fixed-price nature provides cost certainty, but the 'value for money' ultimately depends on the quality and effectiveness of the delivered services relative to the price paid, which requires further investigation into the contractor's performance and market rates for comparable solutions.

What are the potential risks associated with the 'exclusion of sources' in the contract's competition type, and how were these mitigated?

The 'exclusion of sources' clause in a 'Full and Open Competition After Exclusion of Sources' award can introduce risks. It implies that certain potential bidders were not allowed to compete, which could limit the pool of offers, potentially leading to suboptimal pricing or less innovative solutions. Mitigation strategies would involve a documented justification for the exclusion, ensuring it was based on objective criteria and served a legitimate government interest (e.g., specific technical requirements, past performance issues with certain vendors). Without this justification, there's a risk that the competition was not as robust as it could have been, potentially impacting the best value achieved for taxpayer funds.

What is Thundercat Technology, LLC's track record with the Department of Veterans Affairs and in providing similar IT support services?

Information on Thundercat Technology, LLC's specific track record with the VA and in providing wayfinding or similar IT support services is not detailed in the provided data. A thorough assessment would require reviewing their past performance evaluations on federal contracts, particularly those with the VA, to gauge their reliability, quality of service, and adherence to contract terms. Examining their portfolio of completed projects in specialized computer-related services would also provide insight into their capabilities and experience relevant to this wayfinding contract.

How does the $296,532 contract value fit within the broader context of the VA's spending on IT infrastructure and facility management technologies?

The $296,532 contract value is relatively modest within the overall IT and facility management budget of the Department of Veterans Affairs. The VA manages a vast network of healthcare facilities and administrative offices, often undertaking large-scale modernization and infrastructure projects. This contract appears to address a specific, localized need for wayfinding systems. To understand its significance, it should be viewed in relation to other IT procurements for specific functionalities or facility upgrades. Its size suggests it's not a foundational IT infrastructure project but rather a targeted enhancement or replacement.

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 - NETWORK

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Thundercat Technology LLC

Address: 11190 SUNRISE VALLEY DR STE 200, RESTON, VA, 20191

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: $515,019

Exercised Options: $296,533

Current Obligation: $296,533

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: NNG15SD26B

IDV Type: GWAC

Timeline

Start Date: 2025-04-16

Current End Date: 2027-04-15

Potential End Date: 2030-04-15 00:00:00

Last Modified: 2026-04-03

More Contracts from Thundercat Technology, LLC

View all Thundercat Technology, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending