DHS awards $3.8M for MicroStrategy software renewal, raising questions on value and competition

Contract Overview

Contract Amount: $3,795,000 ($3.8M)

Contractor: Thundercat Technology, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2020-09-30

End Date: 2025-09-29

Contract Duration: 1,825 days

Daily Burn Rate: $2.1K/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 LICENSES AND MAINTENANCE RENEWAL FOR MICROSTRATEGY SOFTWARE

Place of Performance

Location: RESTON, FAIRFAX County, VIRGINIA, 20190

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.8 million to THUNDERCAT TECHNOLOGY, LLC for work described as: SOFTWARE LICENSES AND MAINTENANCE RENEWAL FOR MICROSTRATEGY SOFTWARE Key points: 1. The contract's value appears reasonable given the duration, but a detailed cost breakdown is needed for a definitive value-for-money assessment. 2. Full and open competition was utilized, suggesting a competitive pricing environment, though the number of bidders was not specified. 3. The contract is a renewal, indicating a reliance on existing software, which may limit opportunities for exploring more cost-effective alternatives. 4. Performance context is limited, but the renewal suggests satisfactory past performance of the software and vendor. 5. This contract falls within the IT services sector, specifically related to data analytics software. 6. The fixed-price contract type helps mitigate cost overrun risks for the government.

Value Assessment

Rating: fair

The total award amount of $3.8 million over five years averages to approximately $760,000 annually for software licenses and maintenance. This figure needs to be benchmarked against similar enterprise software renewals within the federal government and the commercial sector. Without specific details on the number of licenses, user tiers, or included support levels, a precise value-for-money assessment is challenging. However, the duration suggests a strategic, long-term commitment to the platform.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the initial exclusion of sources was justified, the subsequent award was fully competed. This suggests that multiple vendors had the opportunity to bid, which typically fosters competitive pricing. However, the specific number of bids received is crucial for understanding the true level of competition and its impact on price discovery.

Taxpayer Impact: A fully competed contract generally leads to better pricing for taxpayers by encouraging vendors to offer their most competitive rates to win the business.

Public Impact

The Transportation Security Administration (TSA) benefits from continued access to critical data analytics software. Services delivered include software licenses and maintenance, ensuring the operational continuity of MicroStrategy's platform. The geographic impact is primarily within the TSA's operational centers, likely supporting national transportation security efforts. Workforce implications include enabling TSA analysts and decision-makers to utilize data for security insights and operational improvements.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader Information Technology (IT) sector, specifically focusing on business intelligence and data analytics software. The market for such enterprise software is dominated by a few major players, and renewals often represent a significant portion of vendor revenue. Benchmarking this contract's value requires comparison against similar enterprise-level software agreements, considering factors like user count, feature sets, and support levels, which are often substantial in government contracts.

Small Business Impact

The provided data indicates that this contract was not specifically 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 engage small businesses as subcontractors if it aligns with their business strategy and the contract's technical requirements, though this is not mandated by the contract terms.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security's procurement and program management offices, with specific oversight likely managed by the Transportation Security Administration (TSA). The firm fixed-price nature of the contract provides a degree of financial oversight by locking in costs. Transparency is facilitated through contract databases like FPDS, where basic award information is publicly available. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

it-services, software-licensing, data-analytics, microstrategy, department-of-homeland-security, transportation-security-administration, firm-fixed-price, full-and-open-competition, it-operations, software-maintenance, enterprise-software, virginia

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.8 million to THUNDERCAT TECHNOLOGY, LLC. SOFTWARE LICENSES AND MAINTENANCE RENEWAL FOR MICROSTRATEGY SOFTWARE

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 (Transportation Security Administration).

What is the total obligated amount?

The obligated amount is $3.8 million.

What is the period of performance?

Start: 2020-09-30. End: 2025-09-29.

What is the track record of Thundercat Technology, LLC with the Department of Homeland Security and specifically the TSA?

Thundercat Technology, LLC has a history of receiving contracts from the Department of Homeland Security (DHS) and its components, including the Transportation Security Administration (TSA). Reviewing their contract history reveals multiple awards across various IT categories. For the TSA, their awards often pertain to software, hardware, and related IT services. The fact that they are awarded a renewal for MicroStrategy software suggests a continued positive relationship and potentially satisfactory performance on previous engagements. A deeper dive into past performance reviews and any documented issues or successes related to their previous work with TSA would provide more context on their reliability and capability for this specific software.

How does the annual cost of this MicroStrategy renewal compare to similar enterprise software licenses within the federal government?

Benchmarking the annual cost of $760,000 ($3.8M / 5 years) for MicroStrategy licenses and maintenance requires comparison with similar federal contracts for enterprise business intelligence and data analytics platforms. Factors such as the number of users (named, concurrent, or enterprise-wide), specific modules licensed (e.g., visualization, data preparation, governance), and the level of support (e.g., 24/7, standard business hours) significantly influence pricing. Without these specifics, direct comparison is difficult. However, federal agencies often negotiate enterprise license agreements that can offer volume discounts. If this renewal represents a significant increase over previous years without a corresponding increase in scope or users, it could indicate a potential issue with price escalation or vendor leverage.

What are the specific risks associated with renewing a software license versus exploring alternative solutions?

Renewing a software license, while often simpler and less disruptive, carries risks. The primary risk is vendor lock-in, where the agency becomes heavily reliant on a specific vendor's ecosystem, making future transitions costly and complex. This can also lead to price escalations over time, as the vendor may assume continued reliance. Furthermore, by renewing, the agency might miss out on potentially more innovative, cost-effective, or functionally superior solutions available in the market. The risk of technical obsolescence also exists if the vendor's roadmap doesn't align with future agency needs. Thorough market research and a cost-benefit analysis of alternatives should ideally precede any renewal decision to mitigate these risks.

What is the potential impact of this contract on the broader data analytics market within the federal government?

This contract represents a continued investment in a specific, established data analytics platform (MicroStrategy) by a major federal agency (TSA). Its impact on the broader market is nuanced. On one hand, it reinforces MicroStrategy's position as a key player in the federal government's data analytics landscape, potentially influencing other agencies' decisions. On the other hand, it signifies a missed opportunity for competing vendors offering alternative solutions, whether they are other established players or newer, potentially disruptive technologies. The TSA's continued reliance on this platform may also signal a preference for stability and proven solutions over exploring newer market entrants, which could indirectly affect the adoption rate of emerging technologies within the federal sector.

How does the 'Full and Open Competition After Exclusion of Sources' classification affect the transparency and competitiveness of this award?

The classification 'Full and Open Competition After Exclusion of Sources' indicates a two-stage process. Initially, there might have been a reason to exclude certain sources (e.g., proprietary technology, specific capabilities). However, the subsequent 'Full and Open Competition' phase means that after any initial exclusions, the solicitation was made broadly available to all responsible sources. This is generally a positive sign for competitiveness and transparency, as it aims to maximize the pool of potential bidders. The key determinant of its effectiveness lies in the number of bids actually received and the fairness of the evaluation process. If only a few bids were submitted despite the open competition, it might suggest market limitations or barriers to entry that warrant further investigation.

Industry Classification

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

Product/Service Code: INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT

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: $3,795,000

Exercised Options: $3,795,000

Current Obligation: $3,795,000

Actual Outlays: $3,426,694

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SD26B

IDV Type: GWAC

Timeline

Start Date: 2020-09-30

Current End Date: 2025-09-29

Potential End Date: 2025-09-29 09:55:21

Last Modified: 2026-01-13

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