VA awards $5.6M for ClearTriage Decision Support Tool licenses and support to Minburn Technology Group

Contract Overview

Contract Amount: $5,653,908 ($5.7M)

Contractor: Minburn Technology Group, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-03-01

End Date: 2027-02-28

Contract Duration: 729 days

Daily Burn Rate: $7.8K/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: CLEARTRIAGE DECISION SUPPORT TOOL LICENSES AND SUPPORT - ENTERPRISE

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20420

State: District of Columbia Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $5.7 million to MINBURN TECHNOLOGY GROUP, LLC for work described as: CLEARTRIAGE DECISION SUPPORT TOOL LICENSES AND SUPPORT - ENTERPRISE Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration of 729 days (2 years) indicates a medium-term need for the service. 3. Fixed-price contract type helps manage cost certainty for the government. 4. The North American Industry Classification System (NAICS) code 541519 points to a service within the broader IT and computer-related services sector. 5. Awarded to a single contractor, Minburn Technology Group, LLC. 6. The contract is for licenses and support, implying ongoing operational needs. 7. The contract is not set aside for small businesses.

Value Assessment

Rating: fair

The contract value of $5.6 million over two years for decision support tool licenses and support appears to be within a reasonable range for enterprise-level software solutions. Benchmarking against similar contracts for clinical decision support systems is difficult without more specific details on the functionality and scope of 'ClearTriage'. However, the fixed-price nature of the contract provides some cost control. Further analysis would require comparing the per-user cost or feature set against market alternatives.

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 indicates that the solicitation was made available to all responsible sources, but specific circumstances led to the exclusion of some potential bidders. The exact reasons for exclusion are not detailed here. The fact that it was open competition suggests that multiple vendors had the opportunity to bid, which generally promotes price discovery and potentially better value.

Taxpayer Impact: A full and open competition, even with exclusions, generally offers taxpayers a better chance at competitive pricing compared to sole-source or limited competition awards.

Public Impact

The Department of Veterans Affairs (VA) is the primary beneficiary, utilizing the ClearTriage Decision Support Tool. The tool is intended to support clinical decision-making processes within the VA. The geographic impact is likely nationwide, supporting VA facilities across the country. The contract supports the IT infrastructure and operational capabilities of the VA's healthcare services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the Information Technology (IT) sector, specifically under IT services and software licensing. The market for clinical decision support tools is growing, driven by the need for improved patient outcomes and operational efficiency in healthcare. Spending in this area by federal agencies, particularly the VA, is significant as they modernize their IT infrastructure and adopt advanced healthcare technologies. Comparable spending benchmarks would involve analyzing other large-scale software licensing and support contracts within the federal healthcare IT space.

Small Business Impact

This contract was not set aside for small businesses, as indicated by 'ss: false' and 'sb: false'. This means that large businesses were eligible to compete and potentially win the award. There is no explicit mention of subcontracting requirements for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem is likely minimal unless Minburn Technology Group voluntarily engages small businesses as subcontractors.

Oversight & Accountability

Oversight for this contract would primarily reside with the Department of Veterans Affairs contracting officers and program managers. Accountability measures are embedded in the fixed-price contract terms, requiring delivery of specified licenses and support. Transparency is facilitated by the contract award notice, which is publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to this contract were suspected.

Related Government Programs

Risk Flags

Tags

it-services, software-licensing, decision-support-tool, department-of-veterans-affairs, va, firm-fixed-price, full-and-open-competition, enterprise-license, healthcare-it, minburn-technology-group, district-of-columbia, naics-541519

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $5.7 million to MINBURN TECHNOLOGY GROUP, LLC. CLEARTRIAGE DECISION SUPPORT TOOL LICENSES AND SUPPORT - ENTERPRISE

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 $5.7 million.

What is the period of performance?

Start: 2025-03-01. End: 2027-02-28.

What is the specific functionality of the ClearTriage Decision Support Tool and how does it align with VA's clinical needs?

The provided data does not detail the specific functionalities of the ClearTriage Decision Support Tool. However, based on its name, it likely assists clinicians in making diagnostic and treatment decisions by providing evidence-based information, risk assessments, and care pathway recommendations. For the VA, such a tool could support primary care, specialty care, or emergency departments by improving diagnostic accuracy, reducing medical errors, and standardizing care protocols across its vast network of facilities. Understanding its precise role in the VA's clinical workflow and its integration with existing systems like the EHR would be crucial for assessing its value and impact.

How does the $5.6 million contract value compare to similar enterprise-level decision support tools in the federal market?

Direct comparison of the $5.6 million contract value is challenging without knowing the specific features, user base, and support levels included in the ClearTriage licenses and support. Enterprise-level clinical decision support systems can range significantly in cost. Factors influencing price include the number of users, the breadth of clinical domains covered (e.g., cardiology, oncology, primary care), integration capabilities with EHRs, and the level of ongoing technical support and updates. Generally, large federal contracts for such systems can run into tens or hundreds of millions of dollars over several years, depending on the scale of deployment. This $5.6 million award appears moderate for an enterprise-wide solution, suggesting it might cover a specific set of functionalities or a defined user group within the VA.

What are the potential risks associated with awarding this contract under 'Full and Open Competition After Exclusion of Sources'?

The primary risk associated with 'Full and Open Competition After Exclusion of Sources' is that the exclusion of certain potential bidders, even if justified, might have limited the overall competitive landscape. This could potentially lead to a less optimal price or solution than if all capable vendors had participated. The specific reasons for exclusion are not provided, which prevents a full risk assessment. If the exclusions were based on factors other than a vendor's inability to meet requirements (e.g., proprietary technology limitations, specific past performance issues), it could inadvertently steer the award towards a less competitive outcome. Transparency regarding the exclusion criteria is key to mitigating this risk.

What is Minburn Technology Group, LLC's track record with the VA or similar federal agencies for IT support and software licensing?

Assessing Minburn Technology Group, LLC's track record requires accessing federal procurement databases like SAM.gov or FPDS. While the provided data confirms they are the awardee, it doesn't offer details on their past performance. A thorough analysis would involve reviewing their contract history with the VA and other agencies, looking at contract values, types of services rendered (especially IT support and software licensing), performance ratings, and any past issues or disputes. A strong track record with similar complex IT projects for large federal agencies would indicate lower performance risk for this contract.

How does this contract contribute to the VA's broader IT modernization goals and patient care initiatives?

This contract directly supports the VA's IT modernization by procuring essential decision support software. By enhancing clinical decision-making capabilities, the ClearTriage tool can contribute to improved patient care by potentially leading to more accurate diagnoses, optimized treatment plans, and better patient outcomes. It aligns with the broader goal of leveraging technology to provide high-quality, efficient healthcare services to veterans. The success of this contract would be measured by its seamless integration into clinical workflows and its demonstrable impact on care quality and efficiency metrics within the VA.

What are the implications of the fixed-price contract type for managing costs and scope creep?

A Firm Fixed Price (FFP) contract type is generally advantageous for the government as it shifts the risk of cost overruns to the contractor. For this $5.6 million award, it means Minburn Technology Group, LLC is obligated to provide the specified licenses and support for the agreed-upon price. This structure helps prevent scope creep, as any additional work or features beyond the contract's defined scope would typically require a separate modification and potentially additional funding. However, it also necessitates a very clear and detailed Statement of Work (SOW) upfront to ensure both parties understand the deliverables. If the SOW is ambiguous, disputes over what is included can arise.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT 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: $8,608,698

Exercised Options: $5,653,908

Current Obligation: $5,653,908

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: NNG15SD34B

IDV Type: GWAC

Timeline

Start Date: 2025-03-01

Current End Date: 2027-02-28

Potential End Date: 2028-02-29 00:00:00

Last Modified: 2026-02-02

More Contracts from Minburn Technology Group, LLC

View all Minburn Technology Group, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending