GSA awards $1.9M for DISA IL5 and IL6 Azure services to Minburn Technology Group
Contract Overview
Contract Amount: $1,928,576 ($1.9M)
Contractor: Minburn Technology Group, LLC
Awarding Agency: General Services Administration
Start Date: 2023-12-01
End Date: 2025-11-30
Contract Duration: 730 days
Daily Burn Rate: $2.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: DISA IL5 AND IL6 AZURE
Place of Performance
Location: FORT GEORGE G MEADE, ANNE ARUNDEL County, MARYLAND, 20755
State: Maryland Government Spending
Plain-Language Summary
General Services Administration obligated $1.9 million to MINBURN TECHNOLOGY GROUP, LLC for work described as: DISA IL5 AND IL6 AZURE Key points: 1. Contract awarded via a GSA Multiple Award Schedule (MAS) BPA Call, indicating a pre-competed framework. 2. The contract utilizes a Firm Fixed Price (FFP) structure, providing cost certainty for the government. 3. No small business set-aside was utilized for this award. 4. The contract duration is 730 days, spanning two years. 5. The service area is Maryland, suggesting a specific geographic focus for these Azure services.
Value Assessment
Rating: good
The award amount of $1.93 million for DISA Azure services appears reasonable given the scope and duration. As a BPA Call under a GSA MAS, the underlying contract likely underwent significant competition and pricing scrutiny. Benchmarking against similar cloud service contracts is challenging without more specific service details, but the FFP structure suggests predictable costs. The value proposition hinges on the successful delivery of secure Azure environments for DISA.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition via a GSA MAS BPA Call. This means the underlying MAS contract was competed broadly, and the BPA Call itself likely involved competition among MAS holders. The specific number of bidders for this BPA Call is not provided, but the use of a MAS framework generally promotes a competitive environment.
Taxpayer Impact: Using a pre-competed GSA MAS vehicle ensures fair pricing and access to a wide range of qualified vendors, benefiting taxpayers by leveraging established competition.
Public Impact
The primary beneficiary is the Defense Information Systems Agency (DISA), which will receive secure Azure cloud services. These services are critical for enabling modern cloud capabilities within the Department of Defense. The geographic impact is focused on Maryland, where the services will likely be deployed or managed. The contract supports the broader DoD digital modernization and cloud adoption initiatives.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in the provided data makes it difficult to assess contractor performance.
- The reliance on a single contractor for these specific Azure services warrants monitoring for potential vendor lock-in.
- The provided data does not detail the specific security compliance levels (IL5/IL6) beyond the designation, requiring verification of adherence.
Positive Signals
- Awarded through a GSA MAS BPA Call, indicating the vendor has already met stringent requirements.
- Firm Fixed Price contract type provides budget certainty and reduces financial risk for the government.
- The contract duration is clearly defined, allowing for consistent service delivery over two years.
Sector Analysis
The contract falls within the Software Publishers (NAICS 511210) and IT Services sector, specifically focusing on cloud computing infrastructure. The market for government cloud services, particularly for defense agencies requiring high security (IL5/IL6), is substantial and growing. This award represents a small portion of the overall federal IT spending, but is critical for DISA's operational capabilities. Comparable spending benchmarks would typically involve other large-scale cloud service agreements for government entities.
Small Business Impact
This contract was not awarded as a small business set-aside. The data indicates the prime contractor is Minburn Technology Group, LLC. There is no information provided regarding subcontracting plans or goals for small businesses. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal unless subcontracting opportunities arise.
Oversight & Accountability
Oversight for this contract would primarily fall under the General Services Administration (GSA) and the Defense Information Systems Agency (DISA) as the end-user agency. GSA's Federal Acquisition Service manages the MAS program, ensuring compliance. DISA would oversee the technical performance and adherence to security requirements (IL5/IL6). Transparency is facilitated through contract databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- DISA Cloud Computing Program
- GSA Multiple Award Schedule (MAS)
- DoD Cloud Strategy
- Azure Government Services
Risk Flags
- Potential for vendor lock-in if not managed carefully.
- Reliance on a single contractor for critical infrastructure.
- Need for ongoing verification of security compliance (IL5/IL6).
Tags
it, defense, cloud-computing, azure, gsa, disa, firm-fixed-price, full-and-open-competition, maryland, bpa-call, software-publishers
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $1.9 million to MINBURN TECHNOLOGY GROUP, LLC. DISA IL5 AND IL6 AZURE
Who is the contractor on this award?
The obligated recipient is MINBURN TECHNOLOGY GROUP, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $1.9 million.
What is the period of performance?
Start: 2023-12-01. End: 2025-11-30.
What is the specific nature of the DISA IL5 and IL6 Azure services being provided?
The provided data indicates the services relate to DISA's Information Assurance (IA) categorized environments, specifically IL5 and IL6. IL5 typically refers to systems processing unclassified national security systems (UNS) information, while IL6 handles classified national security systems (CNS) information. The services likely involve the provision, management, and support of Microsoft Azure cloud environments configured to meet these stringent DoD security and data handling requirements. This could encompass infrastructure as a service (IaaS), platform as a service (PaaS), or specific managed services within Azure, enabling DISA to host sensitive applications and data securely.
How does the $1.93 million award compare to typical spending for similar cloud services by defense agencies?
Direct comparison is difficult without granular details on the specific services, service levels, and duration. However, $1.93 million over two years for secure, high-compliance cloud services (IL5/IL6) for a major defense agency like DISA appears to be within a reasonable range. Large-scale cloud deployments for federal agencies can range from millions to billions of dollars annually. This award likely represents a specific component or service line within DISA's broader cloud strategy. Benchmarking against other specific Azure or AWS contracts for similar IL levels and user bases would provide a more precise comparison, but the FFP nature and GSA MAS vehicle suggest a degree of cost control.
What are the key performance indicators (KPIs) or metrics used to evaluate Minburn Technology Group's performance under this contract?
The provided data does not specify the key performance indicators (KPIs) or metrics for this contract. Typically, for cloud services contracts, KPIs would include metrics related to service availability (uptime), performance (latency, throughput), security incident response times, patch management adherence, and adherence to defined service level agreements (SLAs). DISA, as the end-user, would be responsible for monitoring these metrics and ensuring Minburn Technology Group meets the contractual obligations. The contract's success would be measured against the ability to provide secure, reliable, and compliant Azure environments.
What is Minburn Technology Group's track record with providing DISA or similar high-security cloud services?
Minburn Technology Group, LLC, has experience providing IT services, including cloud solutions. While specific details on their track record with DISA for IL5/IL6 Azure services are not in the provided data snippet, their ability to secure this contract through a GSA MAS BPA Call suggests they possess the necessary qualifications and clearances. Companies awarded contracts for high-security environments like IL5/IL6 typically have demonstrated experience with government compliance frameworks (e.g., FedRAMP, DoD Cloud Computing Security Requirements Guide - SRG) and possess the required security certifications and personnel clearances. Further investigation into their past performance databases and contract awards would reveal a more comprehensive history.
What is the historical spending pattern for DISA's Azure services, and how does this award fit into that trend?
Historical spending data for DISA's Azure services is not provided. However, federal agencies, including defense entities like DISA, have been increasingly migrating workloads to cloud environments, driven by the DoD Cloud Strategy and initiatives like JEDI/JWCC. Spending on cloud services, including Azure, has generally been on an upward trend across the government. This $1.93 million award represents a specific, likely ongoing, expenditure for DISA's Azure requirements. It fits within the broader trend of defense agencies leveraging commercial cloud providers to enhance capabilities, agility, and potentially reduce costs compared to traditional on-premises infrastructure, especially for environments requiring specific security authorizations like IL5/IL6.
Industry Classification
NAICS: Information › Software Publishers › Software Publishers
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QFSA24Q0006
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, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $1,928,576
Exercised Options: $1,928,576
Current Obligation: $1,928,576
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QTCA21A0003
IDV Type: BPA
Timeline
Start Date: 2023-12-01
Current End Date: 2025-11-30
Potential End Date: 2025-11-30 00:00:00
Last Modified: 2026-04-09
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 General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)