NASA awards $18.4M for Cisco enterprise agreements, highlighting ongoing IT infrastructure needs
Contract Overview
Contract Amount: $18,422,530 ($18.4M)
Contractor: Thundercat Technology, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-08-14
End Date: 2026-07-28
Contract Duration: 348 days
Daily Burn Rate: $52.9K/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: NASA CISCO SOFTWARE, HARDWARE AND CUSTOMER EXPERIENCE (CX) ENTERPRISE AGREEMENTS (EA).
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20190
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $18.4 million to THUNDERCAT TECHNOLOGY, LLC for work described as: NASA CISCO SOFTWARE, HARDWARE AND CUSTOMER EXPERIENCE (CX) ENTERPRISE AGREEMENTS (EA). Key points: 1. Contract focuses on essential IT hardware, software, and customer experience solutions. 2. Procurement method indicates a competitive process was utilized. 3. Duration of the contract suggests a need for sustained IT support. 4. Firm Fixed Price structure aims to control costs and provide budget certainty. 5. Awardee has experience in providing IT solutions to federal agencies. 6. Spending aligns with broader federal investments in modernizing IT infrastructure.
Value Assessment
Rating: good
The contract value of $18.4 million for Cisco enterprise agreements appears reasonable given the scope of IT hardware, software, and customer experience support required by NASA. Benchmarking against similar large-scale IT procurements for enterprise software and hardware from major vendors like Cisco suggests this award falls within expected ranges. The firm fixed-price structure provides cost predictability for NASA, mitigating risks associated with fluctuating IT expenses. While specific per-unit cost data is not provided, the overall value reflects the comprehensive nature of enterprise agreements which often include licensing, support, and maintenance.
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 the initial solicitation may have had some exclusions, the final award was made through a competitive process open to all eligible offerors. The specific details of 'after exclusion of sources' would require further investigation into the solicitation documents to understand why certain sources were initially excluded. However, the 'full and open' designation suggests that multiple bidders likely had the opportunity to compete, which is generally conducive to price discovery and achieving a fair market price.
Taxpayer Impact: A full and open competitive process helps ensure that taxpayer dollars are used efficiently by driving down prices through market forces. It provides assurance that NASA is receiving the best value available by allowing a wide range of qualified vendors to submit proposals.
Public Impact
NASA's IT infrastructure and operations will benefit from updated Cisco hardware, software, and customer experience solutions. The contract supports the agency's mission-critical functions by ensuring reliable and modern IT systems. Employees across NASA facilities will have access to improved IT services and support. The contract contributes to the IT services sector by engaging a technology provider with enterprise-level capabilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in with Cisco products, limiting future flexibility.
- Reliance on a single vendor for critical IT infrastructure could pose supply chain risks.
- The 'after exclusion of sources' clause warrants scrutiny to ensure full competition was maintained.
Positive Signals
- Firm Fixed Price contract provides cost certainty and budget control for NASA.
- Award to Thundercat Technology, LLC, indicates a competitive selection process.
- The contract duration suggests a strategic approach to IT lifecycle management.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on enterprise networking and software solutions. The market for enterprise agreements with major IT vendors like Cisco is substantial, driven by organizations requiring robust, scalable, and secure IT infrastructure. NASA's spending aligns with the broader federal government's trend of investing in modernizing IT systems to enhance operational efficiency and cybersecurity. Comparable spending benchmarks for large federal IT enterprise agreements often run into tens or hundreds of millions of dollars, depending on the scope and duration.
Small Business Impact
This contract was not set aside for small businesses, as indicated by 'sb': false. The awardee, Thundercat Technology, LLC, is a small business, which is a positive signal for small business participation. However, the contract itself was not a small business set-aside. This means that while a small business was awarded the prime contract, there is no explicit requirement for subcontracting to other small businesses under this specific award. The impact on the broader small business ecosystem will depend on Thundercat Technology's own subcontracting practices and their ability to compete for larger prime contracts.
Oversight & Accountability
Oversight for this contract will primarily be managed by the National Aeronautics and Space Administration (NASA) contracting officers and program managers. Accountability measures are embedded within the firm fixed-price structure, requiring the contractor to deliver specified goods and services within the agreed-upon budget. Transparency is facilitated through public contract databases where award details are published. While no specific Inspector General jurisdiction is mentioned, NASA's Office of Inspector General (OIG) has broad authority to investigate fraud, waste, and abuse in agency contracts.
Related Government Programs
- NASA IT Infrastructure Modernization Programs
- Federal Enterprise Software Licensing Agreements
- Cisco Technology Procurement by Government Agencies
- IT Services and Support Contracts
Risk Flags
- Potential for vendor lock-in
- Supply chain risk for IT hardware/software
- Justification for 'exclusion of sources' requires review
Tags
nasa, information-technology, cisco, enterprise-agreement, firm-fixed-price, full-and-open-competition, it-hardware, it-software, customer-experience, thundercat-technology, virginia, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $18.4 million to THUNDERCAT TECHNOLOGY, LLC. NASA CISCO SOFTWARE, HARDWARE AND CUSTOMER EXPERIENCE (CX) ENTERPRISE AGREEMENTS (EA).
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 $18.4 million.
What is the period of performance?
Start: 2025-08-14. End: 2026-07-28.
What is Thundercat Technology, LLC's track record with NASA and other federal agencies for similar IT enterprise agreements?
Thundercat Technology, LLC has a history of providing IT solutions to federal agencies, including NASA. While specific details on past enterprise agreements with NASA are not immediately available from the provided data, their presence as an awardee suggests prior success in competing for and fulfilling government contracts. A deeper dive into contract databases like FPDS or SAM.gov would reveal the full scope of their federal contract history, including past performance ratings, types of services rendered, and value of previous awards. This information is crucial for assessing their capability and reliability in managing a contract of this magnitude and complexity.
How does the $18.4 million value compare to similar Cisco enterprise agreements awarded by other federal agencies?
The $18.4 million value for this NASA contract appears to be within a moderate range for large federal IT enterprise agreements, particularly those involving comprehensive Cisco hardware, software, and customer experience solutions. Similar contracts for enterprise-wide software licenses, hardware refreshes, and ongoing support from major vendors like Cisco can range from several million to tens or even hundreds of millions of dollars, depending on the agency's size, user base, and the specific technologies covered. For instance, large agencies like the Department of Defense or the General Services Administration might award larger, multi-year EAs. This NASA award suggests a significant but not exceptionally large scope, likely covering a substantial portion of the agency's Cisco-related IT needs for the contract period.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential vendor lock-in with Cisco products, limiting future flexibility and potentially increasing long-term costs if NASA wishes to switch vendors. Supply chain disruptions for hardware or software could also impact service delivery. Furthermore, the 'after exclusion of sources' aspect of the competition, while still resulting in 'full and open,' warrants scrutiny to ensure no viable competitors were unduly prevented from bidding. Mitigation strategies likely involve robust contract management by NASA, including performance monitoring, clear service level agreements (SLAs), and potentially incorporating clauses that allow for flexibility or phased transitions. The firm fixed-price nature also mitigates cost overrun risks for NASA.
How effective is the 'Full and Open Competition After Exclusion of Sources' method in ensuring value for taxpayers?
The effectiveness of 'Full and Open Competition After Exclusion of Sources' in ensuring value for taxpayers is nuanced. 'Full and open competition' is generally the gold standard for maximizing value, as it allows the widest possible pool of qualified vendors to compete, driving down prices and fostering innovation. However, the 'after exclusion of sources' qualifier suggests that certain potential bidders were initially disqualified or not considered. If these exclusions were based on legitimate, well-documented reasons (e.g., lack of specific certifications, past performance issues), then the remaining competition can still yield good value. If the exclusions were arbitrary or served to limit competition unnecessarily, it could lead to suboptimal pricing and reduced value for taxpayers. Thorough documentation and justification for any exclusions are critical for ensuring this method serves taxpayer interests.
What are the historical spending patterns for similar IT enterprise agreements at NASA?
Historical spending patterns for IT enterprise agreements at NASA, particularly for major vendors like Cisco, would likely show consistent investment in maintaining and upgrading their IT infrastructure. Agencies typically enter into multi-year EAs to standardize technology, leverage volume discounts, and ensure continuous support and access to the latest software versions. NASA's spending on such agreements often fluctuates based on major technology refresh cycles, cybersecurity initiatives, and overall budget allocations. Analyzing past awards for similar Cisco EAs or comparable enterprise software/hardware contracts would reveal trends in contract values, durations, and the specific types of IT services procured, providing context for the current $18.4 million award.
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 - NETWORK
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 80TECH25Q0091
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: $52,960,898
Exercised Options: $18,422,530
Current Obligation: $18,422,530
Actual Outlays: $18,422,530
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD26B
IDV Type: GWAC
Timeline
Start Date: 2025-08-14
Current End Date: 2026-07-28
Potential End Date: 2028-07-28 00:00:00
Last Modified: 2025-09-10
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 →