NASA awards $2.5M for SAP support, with potential for $7.9M total over three years
Contract Overview
Contract Amount: $7,928,259 ($7.9M)
Contractor: Thundercat Technology, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2024-01-01
End Date: 2026-12-31
Contract Duration: 1,095 days
Daily Burn Rate: $7.2K/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 DELIVERY ORDER IS FOR SAP SECURE ENTERPRISE SUPPORT PER QUOTE AB078687 V1 DATED 11/20/2023. THE ORDER CONSISTS OF A BASE PERIOD WITH THREE (3) ONE-YEAR OPTION PERIODS. THE CURRENT OBLIGATION IS $2,505,296.98 FOR THE BASE YEAR.
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20190
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $7.9 million to THUNDERCAT TECHNOLOGY, LLC for work described as: THIS DELIVERY ORDER IS FOR SAP SECURE ENTERPRISE SUPPORT PER QUOTE AB078687 V1 DATED 11/20/2023. THE ORDER CONSISTS OF A BASE PERIOD WITH THREE (3) ONE-YEAR OPTION PERIODS. THE CURRENT OBLIGATION IS $2,505,296.98 FOR THE BASE YEAR. Key points: 1. The contract is a firm-fixed-price delivery order for SAP enterprise support. 2. The initial obligation is $2,505,296.98 for the base year. 3. The contract has three one-year option periods, potentially extending the total value to $7,928,258.79. 4. The award was made under full and open competition after exclusion of sources. 5. The contractor is THUNDERCAT TECHNOLOGY, LLC. 6. The service category is 'Other Computer Related Services' (NAICS 541519).
Value Assessment
Rating: good
The initial obligation of $2.5M for one year of SAP support appears reasonable given the specialized nature of enterprise software support. Benchmarking against similar large-scale SAP support contracts would provide a more precise value assessment. The total potential value of $7.9M over three years suggests a competitive pricing strategy for ongoing services.
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,' indicating that while competition was sought, specific circumstances led to the exclusion of certain potential bidders. The number of bidders is not specified, but the 'full and open' designation suggests a robust competitive process was intended.
Taxpayer Impact: The competitive nature of the award is beneficial for taxpayers, as it aims to secure the best possible pricing and service quality through market forces.
Public Impact
NASA personnel and systems will benefit from secure and supported SAP enterprise software. The services delivered will ensure the continuity and efficiency of NASA's business operations. The contract is managed by NASA, with the primary place of performance likely within the United States. The contract supports IT infrastructure and services critical to NASA's mission.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price increases in option years if not carefully managed.
- Dependence on a single vendor for critical SAP support could pose a risk if the vendor's performance degrades.
Positive Signals
- Firm-fixed-price structure provides cost certainty for the base year.
- Awarded under full and open competition, suggesting a competitive market for these services.
- Long-term support contract ensures stability for critical IT systems.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on enterprise resource planning (ERP) software support. The market for SAP support is substantial, with many vendors offering specialized services. NASA's spending on such services is typical for large federal agencies relying on complex IT systems to manage operations.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Thundercat Technology, LLC is a large business. There is no explicit information on subcontracting plans for small businesses within this delivery order, but large prime contractors are often encouraged or required to engage small businesses.
Oversight & Accountability
Oversight will be provided by the National Aeronautics and Space Administration (NASA). As a firm-fixed-price contract, the primary accountability measure is the delivery of specified SAP support services. Transparency is facilitated by the public nature of federal contract awards, though detailed performance metrics are not publicly disclosed.
Related Government Programs
- NASA IT Support Services
- Enterprise Resource Planning (ERP) Software Maintenance
- Cloud Computing Services
- IT Professional Services
Risk Flags
- Potential for vendor lock-in with long-term support contracts.
- Reliance on a single vendor for critical enterprise software support.
- Need for robust performance monitoring to ensure value for money.
Tags
it-services, sap, enterprise-support, nasa, firm-fixed-price, delivery-order, full-and-open-competition, computer-related-services, thundercat-technology, virginia
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $7.9 million to THUNDERCAT TECHNOLOGY, LLC. THIS DELIVERY ORDER IS FOR SAP SECURE ENTERPRISE SUPPORT PER QUOTE AB078687 V1 DATED 11/20/2023. THE ORDER CONSISTS OF A BASE PERIOD WITH THREE (3) ONE-YEAR OPTION PERIODS. THE CURRENT OBLIGATION IS $2,505,296.98 FOR THE BASE YEAR.
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 $7.9 million.
What is the period of performance?
Start: 2024-01-01. End: 2026-12-31.
What is the track record of Thundercat Technology, LLC in providing SAP support to federal agencies?
Information regarding Thundercat Technology, LLC's specific track record in providing SAP support to federal agencies is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history with other government entities, and any reported issues or successes. Federal procurement databases and agency performance reports would be the primary sources for this information. Understanding their experience with similar-sized SAP implementations and support needs at agencies like NASA is crucial for evaluating their capability and reliability in this specific contract.
How does the per-unit cost or annual cost of this SAP support compare to market rates or similar government contracts?
The provided data does not include specific per-unit cost breakdowns or detailed service level agreements that would allow for direct comparison to market rates. The annual cost for the base year is approximately $2.5 million. To benchmark this, one would need to compare it against contracts for similar SAP modules and support levels (e.g., premium, standard) awarded to other vendors by agencies of comparable size and complexity. Factors like the scope of support (24/7 vs. business hours), included services (patching, upgrades, help desk), and the specific SAP modules covered would heavily influence such comparisons. Without this granular data, a precise value-for-money assessment is challenging.
What are the key performance indicators (KPIs) for this SAP support contract, and how will NASA measure Thundercat Technology's performance?
The provided data does not specify the Key Performance Indicators (KPIs) for this SAP support contract. Typically, such contracts would include metrics related to system uptime, response times for issue resolution, availability of support personnel, and successful implementation of patches or updates. NASA's contracting officers and technical points of contact would be responsible for monitoring Thundercat Technology's adherence to these KPIs, likely outlined in the contract's Performance Work Statement (PWS). Regular performance reviews and service level agreement (SLA) reporting would be standard mechanisms for oversight.
What is the historical spending pattern for SAP support services at NASA, and how does this award fit within that trend?
The provided data focuses on a single delivery order and does not offer historical spending patterns for SAP support at NASA. To analyze this, one would need to examine NASA's procurement history over several fiscal years, identifying all contracts related to SAP software maintenance, support, and implementation. This would reveal trends in spending levels, the types of support procured, and the primary contractors utilized. This specific award of $2.5M for the base year, with a potential total of $7.9M, should be compared against the agency's overall IT budget and its historical allocation for ERP systems to determine if it represents an increase, decrease, or stable level of investment.
Are there any identified risks associated with Thundercat Technology, LLC's ability to fulfill this contract, based on past performance or financial stability?
The provided data does not contain specific risk assessments related to Thundercat Technology, LLC's past performance or financial stability for this particular contract. A thorough risk analysis would involve consulting sources like the Federal Awardee Performance and Integrity Information System (FAPIIS), past performance reviews from previous contracts, and potentially financial health indicators if available. The 'exclusion of sources' in the competition description might hint at specific pre-award vetting or known issues, but without further context, it's impossible to determine the nature or severity of any potential risks associated with the contractor's ability to perform.
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: $10,994,038
Exercised Options: $7,928,259
Current Obligation: $7,928,259
Actual Outlays: $5,198,192
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC92B
IDV Type: GWAC
Timeline
Start Date: 2024-01-01
Current End Date: 2026-12-31
Potential End Date: 2027-12-31 00:00:00
Last Modified: 2025-12-16
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 →