DHS awards $11.6M for software and SME support to Thundercat Technology, LLC

Contract Overview

Contract Amount: $11,627,294 ($11.6M)

Contractor: Thundercat Technology, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2021-03-15

End Date: 2025-09-22

Contract Duration: 1,652 days

Daily Burn Rate: $7.0K/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: SOFTWARE LICENSE AND SME SUPPORT

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $11.6 million to THUNDERCAT TECHNOLOGY, LLC for work described as: SOFTWARE LICENSE AND SME SUPPORT Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration of 1652 days indicates a long-term need for these services. 3. Fixed-price contract type may offer cost certainty for the government. 4. The North American Industry Classification System (NAICS) code 541519 points to a broad range of computer-related services. 5. Awarded by U.S. Immigration and Customs Enforcement (ICE), a component of DHS. 6. The contract is a delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 7. Thundercat Technology, LLC is the sole awardee for this specific delivery order.

Value Assessment

Rating: fair

Benchmarking the value of this $11.6 million contract for software licenses and SME support is challenging without more specific details on the software and services provided. The firm fixed-price contract type is generally favorable for cost control. However, without comparable contract data for similar software and support services within DHS or across government, it's difficult to definitively assess if the pricing represents excellent value. The contract's duration suggests a significant investment, and ongoing monitoring of performance and cost-effectiveness will be crucial.

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,' which indicates that the solicitation was made available to all responsible sources, but specific exclusions were applied. While it was competed, the exclusion of sources might limit the breadth of competition. The number of bidders is not specified, but the 'full and open' nature suggests an intent to maximize competition. This approach aims to ensure fair pricing and access to a wide range of capabilities.

Taxpayer Impact: A competitive award process, even with exclusions, generally benefits taxpayers by fostering price discovery and encouraging multiple vendors to offer their best pricing and technical solutions.

Public Impact

The primary beneficiaries are U.S. Immigration and Customs Enforcement (ICE) personnel who will receive software licenses and subject matter expertise. The services delivered are expected to support ICE's operational needs related to computer systems and data management. The contract is geographically focused on the District of Columbia, where the agency is located. The contract may have implications for the IT workforce, potentially requiring specialized skills for software support and integration.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader Information Technology (IT) services sector, specifically focusing on software licensing and expert support. The IT services market is vast and highly competitive, with significant government spending allocated to software procurement and maintenance. Comparable spending benchmarks would typically involve analyzing other contracts for similar software suites or IT support services awarded to agencies with comparable missions. The market size for government IT services is in the hundreds of billions annually, with software and related services representing a substantial portion.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits for the small business ecosystem stemming from a small business set-aside. The award to Thundercat Technology, LLC, a company whose size is not specified in the provided data, means that opportunities for small business subcontractors would depend on Thundercat's own subcontracting plans and policies, which are not detailed here.

Oversight & Accountability

Oversight for this contract would primarily reside with the U.S. Immigration and Customs Enforcement (ICE) contracting officer and program managers. Transparency is facilitated by the contract award being publicly available. Accountability measures are inherent in the firm fixed-price structure, which incentivizes the contractor to meet performance requirements within the agreed budget. The specific Inspector General jurisdiction would be that of the Department of Homeland Security (DHS) Office of Inspector General, which has oversight over ICE activities.

Related Government Programs

Risk Flags

Tags

it-services, software-licensing, subject-matter-expert-support, department-of-homeland-security, u-s-immigration-and-customs-enforcement, full-and-open-competition, firm-fixed-price, delivery-order, district-of-columbia, computer-related-services, thundercat-technology-llc

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $11.6 million to THUNDERCAT TECHNOLOGY, LLC. SOFTWARE LICENSE AND SME SUPPORT

Who is the contractor on this award?

The obligated recipient is THUNDERCAT TECHNOLOGY, LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).

What is the total obligated amount?

The obligated amount is $11.6 million.

What is the period of performance?

Start: 2021-03-15. End: 2025-09-22.

What specific software licenses are being procured under this contract, and what is their criticality to ICE operations?

The provided data does not specify the exact software licenses being procured. However, given the award to U.S. Immigration and Customs Enforcement (ICE), a component of the Department of Homeland Security (DHS), the software likely supports critical functions such as data management, case management, border security analytics, immigration processing, or internal IT infrastructure. The criticality would be high if the software is essential for daily operations, national security, or law enforcement activities. Without further details, it's presumed to be integral to ICE's mission-critical systems, necessitating robust SME support for its effective utilization and maintenance.

How does the $11.6 million contract value compare to similar software and SME support contracts within DHS or other law enforcement agencies?

Direct comparison of the $11.6 million contract value is difficult without knowing the specific software and the scope of Subject Matter Expert (SME) support. However, for large federal agencies like DHS, multi-million dollar contracts for enterprise software licenses and associated support are common. For instance, similar contracts for large-scale database management systems, analytics platforms, or cybersecurity solutions can range from several million to tens of millions of dollars annually. The duration of 1652 days (approximately 4.5 years) suggests a significant, long-term investment. To benchmark effectively, one would need to compare it against contracts for comparable software (e.g., enterprise resource planning, case management systems) and the level of dedicated SME support provided to agencies of similar size and mission.

What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract to ensure value for money?

The provided data does not detail the specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. However, for a contract of this nature (software license and SME support) awarded under a firm fixed-price structure, typical KPIs would likely focus on software availability and uptime, response times for technical support, resolution times for issues, and potentially performance metrics related to the efficiency or effectiveness of the SME support in maintaining or enhancing the software. The contracting officer and program managers at ICE would be responsible for monitoring adherence to these SLAs to ensure the government receives the expected value and that the contractor meets its obligations.

What is Thundercat Technology, LLC's track record with DHS or similar agencies for delivering software and SME support services?

Information regarding Thundercat Technology, LLC's specific track record with DHS or similar agencies for delivering software and SME support is not provided in the data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on previous government contracts. Companies in this space often have portfolios of work related to IT services, software implementation, and technical support. Due diligence would involve examining their performance on prior contracts, particularly those with similar scope, complexity, and agency types, to gauge their reliability and capability in fulfilling this current requirement.

How does the 'Full and Open Competition After Exclusion of Sources' approach impact potential cost savings compared to unrestricted full and open competition?

The 'Full and Open Competition After Exclusion of Sources' approach implies that while the solicitation was broadly advertised, certain potential sources or types of sources were intentionally excluded. This exclusion, if based on specific capabilities, past performance, or other defined criteria, could potentially narrow the competitive field compared to an unrestricted full and open competition. While the intent is still to achieve competitive pricing, a smaller pool of bidders might, in some circumstances, lead to less aggressive pricing than if the market were entirely open. However, the exclusion might also be justified if it ensures that only highly qualified or specialized vendors participate, potentially leading to better technical solutions and reduced risk, which can indirectly contribute to overall value.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: IT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

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: $11,627,294

Exercised Options: $11,627,294

Current Obligation: $11,627,294

Actual Outlays: $8,794,132

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SD26B

IDV Type: GWAC

Timeline

Start Date: 2021-03-15

Current End Date: 2025-09-22

Potential End Date: 2025-09-22 00:00:00

Last Modified: 2025-12-29

More Contracts from Thundercat Technology, LLC

View all Thundercat Technology, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending