VA awards $3.8M for Riverbed hardware/software maintenance, with Minburn Technology Group as the contractor
Contract Overview
Contract Amount: $3,827,192 ($3.8M)
Contractor: Minburn Technology Group, LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2024-09-17
End Date: 2026-01-06
Contract Duration: 476 days
Daily Burn Rate: $8.0K/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: BRAND NAME RIVERBED HARDWARE AND SOFTWARE MAINTENANCE SUPPORT WHICH INCLUDES BUT IS NOT LIMITED TO TROUBLE SHOOTING OF ISSUES, SOFTWARE UPDATES, HELP DESK SUPPORT, HARDWARE REPLACEMENT PARTS, AND ALL REQUIRED SOFTWARE UPDATES AND PATCHES.
Place of Performance
Location: CHEVERLY, PRINCE GEORGES County, MARYLAND, 20785
State: Maryland Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $3.8 million to MINBURN TECHNOLOGY GROUP, LLC for work described as: BRAND NAME RIVERBED HARDWARE AND SOFTWARE MAINTENANCE SUPPORT WHICH INCLUDES BUT IS NOT LIMITED TO TROUBLE SHOOTING OF ISSUES, SOFTWARE UPDATES, HELP DESK SUPPORT, HARDWARE REPLACEMENT PARTS, AND ALL REQUIRED SOFTWARE UPDATES AND PATCHES. Key points: 1. Contract provides essential maintenance for Riverbed hardware and software, ensuring operational continuity. 2. The award is a delivery order under a larger contract, indicating a phased approach to procurement. 3. The fixed-price contract type helps manage cost certainty for the government. 4. The duration of the contract is approximately 476 days, ending in January 2026. 5. The North American Industry Classification System (NAICS) code 541519 suggests services related to other computer-related services. 6. The contract was awarded through full and open competition after exclusion of sources, suggesting a robust bidding process.
Value Assessment
Rating: good
The total award amount of $3.8 million for approximately 1.5 years of maintenance support appears reasonable given the scope of services, which include troubleshooting, updates, and hardware replacement. Benchmarking against similar IT maintenance contracts for specialized hardware and software is challenging without more specific details on the Riverbed products covered and the level of support required. However, the fixed-price nature of the contract provides a degree of cost control.
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.' This specific phrasing suggests that while the competition was open, there might have been an initial phase where certain sources were excluded, or it could refer to a specific type of competitive procedure. The fact that it was open competition implies multiple bidders were likely considered, which generally leads to better price discovery and value for the government.
Taxpayer Impact: A full and open competition, even with initial source exclusions, is generally favorable for taxpayers as it encourages competitive pricing and potentially leads to lower overall costs compared to sole-source or limited competition awards.
Public Impact
Veterans Affairs (VA) benefits from uninterrupted access to critical IT infrastructure through this maintenance support. The services ensure the reliability and performance of hardware and software essential for VA operations. The contract supports the VA's mission to provide healthcare and benefits to veterans. IT professionals within the VA or its supporting contractors may be involved in managing or utilizing the supported systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if this specific maintenance is critical and alternatives are not readily available.
- Reliance on a single vendor for maintenance could pose risks if the vendor experiences financial or operational difficulties.
Positive Signals
- The contract ensures continued support for essential IT infrastructure, minimizing operational disruptions.
- Fixed-price contract provides cost predictability for the duration of the award.
- Open competition, even with source exclusions, suggests a competitive environment that can drive value.
Sector Analysis
The IT services sector, particularly maintenance and support for specialized hardware and software, is a significant area of federal spending. This contract falls within the broader category of IT support services, which are crucial for maintaining the operational capabilities of government agencies. The market for such services is competitive, with numerous providers offering specialized support for various technology platforms. The VA's spending on IT maintenance is substantial, reflecting the complexity and scale of its technological infrastructure.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Minburn Technology Group, LLC, is listed as the contractor. Further analysis would be needed to determine if Minburn Technology Group, LLC, qualifies as a small business itself, or if subcontracting opportunities for small businesses are anticipated or required under this award. Without specific set-aside provisions, the primary focus is on the overall competition.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Veterans Affairs' contracting and program management offices. The fixed-price nature of the contract provides a degree of accountability by defining the scope of work and associated costs upfront. Transparency is facilitated by the public nature of contract awards, though detailed performance metrics and specific oversight activities are not publicly detailed in this summary. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- IT Infrastructure Maintenance
- Software and Hardware Support Services
- Network Performance Monitoring Tools
- Department of Veterans Affairs IT Modernization Efforts
Risk Flags
- Potential for performance issues if SLAs are not met.
- Risk associated with reliance on a single vendor for critical support.
- Lack of specific product details limits comprehensive value assessment.
Tags
it-services, maintenance-support, riverbed, department-of-veterans-affairs, delivery-order, firm-fixed-price, full-and-open-competition, minburn-technology-group, computer-related-services, maryland
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $3.8 million to MINBURN TECHNOLOGY GROUP, LLC. BRAND NAME RIVERBED HARDWARE AND SOFTWARE MAINTENANCE SUPPORT WHICH INCLUDES BUT IS NOT LIMITED TO TROUBLE SHOOTING OF ISSUES, SOFTWARE UPDATES, HELP DESK SUPPORT, HARDWARE REPLACEMENT PARTS, AND ALL REQUIRED SOFTWARE UPDATES AND PATCHES.
Who is the contractor on this award?
The obligated recipient is MINBURN TECHNOLOGY GROUP, LLC.
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $3.8 million.
What is the period of performance?
Start: 2024-09-17. End: 2026-01-06.
What specific Riverbed hardware and software products are covered under this maintenance contract?
The provided data does not specify the exact Riverbed hardware and software products covered by this maintenance contract. The description broadly mentions 'Riverbed hardware and software maintenance support.' Riverbed Technology offers a range of solutions including application performance monitoring (APM), network performance monitoring (NPM), software-defined wide area networking (SD-WAN), and visibility solutions. Understanding the specific products is crucial for assessing the criticality of the support, potential risks associated with maintenance gaps, and for benchmarking the cost against similar specialized support contracts. Without this detail, it's difficult to ascertain the full scope and value proposition of the $3.8 million award.
How does the $3.8 million cost compare to similar IT maintenance contracts for specialized hardware/software?
Benchmarking the $3.8 million cost for Riverbed maintenance against similar contracts is challenging without more granular data. Factors influencing such costs include the specific suite of Riverbed products being supported (e.g., number of devices, software modules), the level of support required (e.g., 24/7, next-business-day response), the duration of the contract (476 days), and the contractor's overhead and profit margins. Generally, specialized hardware and software maintenance, especially for mission-critical systems, can command significant prices due to the expertise required. The fixed-price nature of this contract suggests a defined cost ceiling, which is beneficial. A comprehensive comparison would necessitate access to a database of comparable federal IT maintenance contracts, detailing product specifics, support tiers, and pricing.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?
The provided summary does not detail the specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. Typically, IT maintenance and support contracts include SLAs related to response times for issue resolution, uptime guarantees for supported systems, and turnaround times for hardware replacement parts. The effectiveness of the $3.8 million investment hinges on the contractor's ability to meet these performance standards. The Department of Veterans Affairs would likely have internal mechanisms to monitor contractor performance against these SLAs, and failure to meet them could result in penalties or remedies outlined in the contract terms. Without these details, a full assessment of performance risk is limited.
What is the track record of Minburn Technology Group, LLC, in performing similar IT maintenance contracts for federal agencies?
Information regarding the specific track record of Minburn Technology Group, LLC, in performing similar IT maintenance contracts for federal agencies is not detailed in the provided data. To assess their capability and reliability, one would typically look at past performance evaluations, contract history (including value and duration of similar awards), and any reported issues or successes on previous government contracts. Agencies often use past performance as a key evaluation factor in source selection. A review of the Federal Procurement Data System (FPDS) or other contract databases could provide more insight into Minburn Technology Group's history with the VA or other agencies for comparable services.
What is the historical spending pattern for Riverbed hardware and software maintenance support by the Department of Veterans Affairs?
The provided data only pertains to a single delivery order totaling $3.8 million. It does not offer insight into the Department of Veterans Affairs' historical spending patterns for Riverbed hardware and software maintenance. To understand historical spending, one would need to analyze contract data over multiple fiscal years, identifying all awards related to Riverbed products and maintenance services, including their values, durations, and the contractors involved. This would help determine if the current award represents an increase, decrease, or consistent level of spending for these services and identify any trends in procurement strategies or vendor relationships.
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
Address: 9716 ARNON CHAPEL RD, GREAT FALLS, VA, 22066
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: $12,667,254
Exercised Options: $3,827,192
Current Obligation: $3,827,192
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD34B
IDV Type: GWAC
Timeline
Start Date: 2024-09-17
Current End Date: 2026-01-06
Potential End Date: 2026-01-06 00:00:00
Last Modified: 2026-01-16
More Contracts from Minburn Technology Group, LLC
- Microsoft Licenses — $356.0M (Department of State)
- Ussocom Microsoft Enterprise Agreement for Microsoft License Software Assurance and NEW Licenses — $284.6M (Department of Defense)
- FY23 Usda Ocio Enterprise Solutions POP: 10/1/2022 - 9/30/2023 — $234.7M (Department of Agriculture)
- VA Endpoints - Base Award With Options Exercised AT Award — $229.0M (Department of Veterans Affairs)
- Microsoft Software Licenses and Support (task Order 00004) — $173.0M (Department of the Treasury)
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)