NASA awards $20.9M ServiceNow task order to Thundercat Technology, re-obligating prior canceled award
Contract Overview
Contract Amount: $20,910,349 ($20.9M)
Contractor: Thundercat Technology, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2022-09-27
End Date: 2026-09-26
Contract Duration: 1,460 days
Daily Burn Rate: $14.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THIS IS RE-OBLIGATION OF PREVIOUS AWARD, WHICH WAS DE-OBLIGATED AND CANCELED. THIS TASK ORDER WITH OPTIONS IS FOR SERVICENOW PER THE ATTACHED QUOTE # DATED . THIS TASK ORDER INCLUDES A ONE YEAR BASE PERIOD AND FOUR (4) ONE YEAR OPTION PERIODS.
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20190
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $20.9 million to THUNDERCAT TECHNOLOGY, LLC for work described as: THIS IS RE-OBLIGATION OF PREVIOUS AWARD, WHICH WAS DE-OBLIGATED AND CANCELED. THIS TASK ORDER WITH OPTIONS IS FOR SERVICENOW PER THE ATTACHED QUOTE # DATED . THIS TASK ORDER INCLUDES A ONE YEAR BASE PERIOD AND FOUR (4) ONE YEAR OPTION PERIODS. Key points: 1. This task order represents a re-obligation of funds from a previously canceled award, indicating potential shifts in program requirements or contractor performance. 2. The contract utilizes a Firm Fixed Price structure, which transfers cost risk to the contractor but requires careful scope definition to avoid change orders. 3. With a base period and four one-year options, the contract offers flexibility but necessitates ongoing performance monitoring over its potential five-year duration. 4. The award was made under 'Full and Open Competition After Exclusion of Sources,' a less common competition type that warrants scrutiny regarding its justification. 5. The primary service is related to ServiceNow, a widely used enterprise IT service management platform, suggesting a need for IT modernization or support. 6. The contract's value of $20.9 million over potentially five years needs to be benchmarked against similar ServiceNow implementations or IT service contracts.
Value Assessment
Rating: questionable
The total value of $20.9 million for a ServiceNow implementation and support over up to five years requires careful benchmarking. Given this is a re-obligation of a previously canceled award, the initial pricing and scope may have been problematic. Without details on the original canceled award's pricing and the justification for the exclusion of sources, a definitive value assessment is difficult. However, the duration and scope suggest a significant investment that should align with industry standards for similar enterprise IT service management solutions.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This specific procurement method suggests that while competition was sought, certain sources were excluded, potentially limiting the pool of bidders. The rationale behind this exclusion is critical for understanding the breadth of competition achieved. A limited competition, even if justified, may result in less aggressive pricing compared to full and open competition with a wider range of bidders.
Taxpayer Impact: The exclusion of certain sources, even if justified, may have limited the potential for the most competitive pricing, potentially impacting taxpayer value. Further transparency on the exclusion justification is needed.
Public Impact
Federal employees within NASA will likely benefit from improved IT service management capabilities provided by the ServiceNow platform. The contract delivers services related to the ServiceNow platform, which can encompass IT help desk, asset management, workflow automation, and other IT service delivery functions. The geographic impact is primarily NASA facilities, though the specific locations are not detailed in the provided data. The contract supports the IT workforce by potentially providing tools and services that enhance their efficiency and effectiveness in managing IT operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The re-obligation of a previously canceled award raises concerns about the initial planning, scope definition, or contractor performance.
- The 'Full and Open Competition After Exclusion of Sources' procurement method requires scrutiny to ensure fair competition and optimal pricing.
- Lack of detailed justification for excluding sources limits the assessment of competitive fairness and potential cost savings.
- The duration of the contract (up to five years) necessitates ongoing performance monitoring to ensure continued value and alignment with NASA's needs.
Positive Signals
- The use of ServiceNow indicates an investment in modern IT service management, potentially leading to increased efficiency and better service delivery.
- A Firm Fixed Price contract structure shifts cost risk to the contractor, which can be beneficial if the scope is well-defined.
- The contract provides flexibility through multiple option periods, allowing NASA to adapt to evolving needs over time.
Sector Analysis
The IT services sector is highly competitive, with numerous providers offering solutions for enterprise resource planning and IT service management. ServiceNow is a dominant platform in this space, and contracts for its implementation and support are common across federal agencies. Spending benchmarks for similar ServiceNow contracts can vary widely based on scope, duration, and complexity, but typically range from hundreds of thousands to tens of millions of dollars annually. This contract's value of $20.9 million over potentially five years places it in the mid-to-high range for such specialized IT services.
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 or specific small business set-aside benefits associated with this award. The focus appears to be on larger, established providers capable of handling enterprise-level IT service management solutions.
Oversight & Accountability
Oversight for this contract would typically fall under NASA's contracting officer and program management. The Inspector General's office may conduct audits or investigations if performance issues or financial irregularities arise. Transparency is dependent on NASA's public reporting practices regarding task order details and performance metrics. The contract type (Firm Fixed Price) implies a focus on deliverables and adherence to scope, which aids in oversight.
Related Government Programs
- NASA IT Modernization Programs
- Enterprise IT Service Management Solutions
- Federal Civilian IT Procurement
- Cloud-Based IT Service Delivery
Risk Flags
- Re-obligation of Canceled Award
- Limited Competition Justification Required
- Potential for Scope Creep
- Technology Obsolescence Risk
- Contractor Performance History Unknown
Tags
nasa, thundercat-technology, servicenow, it-services, full-and-open-competition-after-exclusion-of-sources, delivery-order, firm-fixed-price, information-technology, other-computer-related-services, virginia, federal-agency, large-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $20.9 million to THUNDERCAT TECHNOLOGY, LLC. THIS IS RE-OBLIGATION OF PREVIOUS AWARD, WHICH WAS DE-OBLIGATED AND CANCELED. THIS TASK ORDER WITH OPTIONS IS FOR SERVICENOW PER THE ATTACHED QUOTE # DATED . THIS TASK ORDER INCLUDES A ONE YEAR BASE PERIOD AND FOUR (4) ONE YEAR OPTION PERIODS.
Who is the contractor on this award?
The obligated recipient is THUNDERCAT TECHNOLOGY, LLC.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $20.9 million.
What is the period of performance?
Start: 2022-09-27. End: 2026-09-26.
What was the specific reason for the de-obligation and cancellation of the previous award, and how does this new task order address those issues?
The provided data indicates that this task order is a re-obligation of a previous award that was de-obligated and canceled. The specific reasons for the initial cancellation are not detailed in the provided information. However, such cancellations can stem from various factors including, but not limited to, changes in agency requirements, budget reallocations, contractor performance issues, or issues with the original solicitation or award process. This new task order, awarded under a different competition type, suggests an attempt to re-establish the requirement, potentially with revised scope, pricing, or contractor selection criteria. Further investigation into NASA's contract modification history and justification documents would be necessary to ascertain the precise reasons for the initial cancellation and the corrective actions taken in this re-obligation.
Can you provide more context on the 'Full and Open Competition After Exclusion of Sources' procurement method and its implications for this contract?
The 'Full and Open Competition After Exclusion of Sources' is a less common procurement method that allows agencies to exclude specific sources from a competition that would otherwise be considered full and open. This typically occurs when there's a justifiable reason, such as specific technical capabilities, proprietary information, or unique circumstances that limit the pool of eligible contractors. The implication for this contract is that while competition was sought, it was not universally open to all potential bidders. This exclusion necessitates a strong justification from NASA to ensure fairness and prevent anti-competitive practices. It could potentially lead to higher prices if the excluded sources represented significant competition, or it could be a necessary step to ensure the best-suited contractor is selected for specialized requirements. Without the specific justification for exclusion, it's difficult to fully assess its impact on price discovery and taxpayer value.
How does the $20.9 million value compare to typical ServiceNow implementation and support contracts for federal agencies of similar size?
The $20.9 million value for a potential five-year contract for ServiceNow services positions this award within a significant range for enterprise IT solutions. Federal agencies often invest heavily in platforms like ServiceNow for IT service management, asset management, and workflow automation. Comparable contracts can vary widely based on the specific modules implemented, the number of users, the level of customization, and the duration of support. However, for a comprehensive implementation and ongoing support of a platform like ServiceNow across a large agency like NASA, this figure is not unusual. Benchmarking against publicly available data for similar federal ServiceNow contracts would be necessary for a precise comparison, but it suggests a substantial scope of work.
What are the potential risks associated with a five-year contract duration for IT services, particularly concerning technology obsolescence and evolving requirements?
A five-year duration for an IT services contract, especially one involving a platform like ServiceNow, carries inherent risks. Technology evolves rapidly, and there's a risk that the chosen configuration or services could become less optimal or even obsolete before the contract term ends. Evolving agency requirements also pose a challenge; requirements defined at the outset may not accurately reflect the agency's needs five years down the line. To mitigate these risks, contracts often include mechanisms for scope adjustments, technology refresh clauses, and performance metrics that allow for adaptation. Effective contract management, regular reviews, and open communication between NASA and Thundercat Technology will be crucial to ensure the services remain relevant and valuable throughout the contract's life.
What is Thundercat Technology's track record with NASA and other federal agencies for similar IT service contracts?
Information regarding Thundercat Technology's specific track record with NASA and other federal agencies for similar ServiceNow contracts is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history databases (such as SAM.gov or FPDS), and any available CPARS (Contractor Performance Assessment Reporting System) reports. Thundercat Technology is a known government contractor, but their specific experience with large-scale ServiceNow implementations and the success of those past engagements would be key factors in evaluating their capability for this task order. Without this historical performance data, it's difficult to assess their reliability and expertise for this specific requirement.
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 - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
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: $26,748,104
Exercised Options: $20,910,349
Current Obligation: $20,910,349
Actual Outlays: $20,900,926
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD26B
IDV Type: GWAC
Timeline
Start Date: 2022-09-27
Current End Date: 2026-09-26
Potential End Date: 2027-09-26 00:00:00
Last Modified: 2025-09-26
More Contracts from Thundercat Technology, LLC
- Intersystems Software Updates and Technical Assistance — $222.0M (Department of Veterans Affairs)
- Internet Operations Management — $139.2M (Department of Defense)
- Itau/Swm/Renew Software Maintenance for Ca/Broadcom Software — $71.6M (Department of Justice)
- Palo Alto Networks Enterprise License Agreement (ELA) for the National Nuclear Security Administration (nnsa) — $58.3M (Department of Energy)
- Nasa Sewp Award of Talent Management System 2.0 Sustainment Services — $51.3M (Department of Veterans Affairs)
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →