GSA awards $6.9M software license contract to Minburn Technology Group for USCG, with a 364-day term

Contract Overview

Contract Amount: $6,869,924 ($6.9M)

Contractor: Minburn Technology Group, LLC

Awarding Agency: General Services Administration

Start Date: 2025-04-01

End Date: 2026-03-31

Contract Duration: 364 days

Daily Burn Rate: $18.9K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: USCG SUBSCRIPTION LICENSES MINBURN

Place of Performance

Location: GREAT FALLS, FAIRFAX County, VIRGINIA, 22066

State: Virginia Government Spending

Plain-Language Summary

General Services Administration obligated $6.9 million to MINBURN TECHNOLOGY GROUP, LLC for work described as: USCG SUBSCRIPTION LICENSES MINBURN Key points: 1. Value for money appears fair given the fixed-price nature and 364-day duration, but detailed benchmarking is needed. 2. Competition was full and open, suggesting a competitive pricing environment. 3. Risk indicators are low, with a firm fixed-price contract and no reported issues. 4. Performance context is limited to subscription licensing for the USCG. 5. Sector positioning is within software publishing, a common area for federal IT procurement.

Value Assessment

Rating: fair

The contract value of $6.9M for a 364-day subscription license appears within a reasonable range for enterprise software, though specific comparisons to similar USCG or other agency software procurements are not readily available. The firm fixed-price structure provides cost certainty. Without detailed feature sets or user counts, a precise value-for-money assessment is challenging, but the price per day is approximately $18,874.

Cost Per Unit: Approximately $18,874 per day for the entire subscription.

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but the open competition suggests that the General Services Administration (GSA) sought the best value from the market. This process generally leads to more competitive pricing and a wider selection of solutions.

Taxpayer Impact: Taxpayers benefit from a competitive bidding process that aims to secure software licenses at the most favorable prices available in the market.

Public Impact

The U.S. Coast Guard (USCG) is the primary beneficiary, receiving essential software subscription licenses. The services delivered are software subscriptions, crucial for operational efficiency and data management within the USCG. The geographic impact is national, supporting USCG operations across its various locations. Workforce implications are indirect, enabling USCG personnel to perform their duties more effectively with updated software tools.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Software Publishers industry (NAICS 511210). The federal government is a significant consumer of software licenses, with spending spread across various agencies for a wide range of applications, from operating systems and productivity suites to specialized mission-critical software. Benchmarking this specific contract's value against the broader federal IT software market requires detailed knowledge of the software's function and user base, but the total value is modest in the context of large federal IT investments.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). As a result, large businesses were likely the primary bidders. There is no information provided regarding subcontracting plans for small businesses. This contract does not appear to directly impact the small business ecosystem through set-asides.

Oversight & Accountability

Oversight is managed by the General Services Administration (GSA) through its Federal Acquisition Service. As a firm fixed-price contract, the primary accountability measure is the delivery of the specified software licenses. Transparency is facilitated by the public nature of federal contract awards. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

uscg, software-licensing, gsa, federal-acquisition-service, firm-fixed-price, full-and-open-competition, it-services, minburn-technology-group, virginia, naics-511210

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $6.9 million to MINBURN TECHNOLOGY GROUP, LLC. USCG SUBSCRIPTION LICENSES MINBURN

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 $6.9 million.

What is the period of performance?

Start: 2025-04-01. End: 2026-03-31.

What is the specific software being licensed, and what is its criticality to USCG operations?

The provided data does not specify the exact software title or its specific function within the U.S. Coast Guard (USCG). However, given the contract value and duration, it is likely a significant enterprise-level software solution. Software criticality can range from essential operational systems that enable core missions (e.g., maritime domain awareness, logistics, communication) to productivity tools that support administrative functions. Understanding the specific software would allow for a more precise assessment of its impact on USCG effectiveness and the justification for its cost. Without this detail, we assume it supports key USCG functions, making its reliable provision important.

How does the per-unit cost or total contract value compare to similar software licenses procured by other federal agencies or the USCG historically?

Direct comparison is difficult without knowing the specific software. However, the average daily cost of approximately $18,874 for the entire subscription suggests a potentially high-value or widely used software. For context, enterprise resource planning (ERP) systems or advanced cybersecurity suites can command such figures. Historical data for the USCG or similar agencies (e.g., Navy, NOAA) procuring comparable software would be needed for a robust benchmark. GSA's own contract vehicles often provide aggregated pricing data that could be used for comparison if the software falls under a common category.

What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this software subscription?

The provided data does not detail specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. Typically, for software subscriptions, SLAs might cover aspects like software uptime, availability, response times for technical support, and patch/update delivery schedules. The firm fixed-price nature suggests the primary performance expectation is the delivery and ongoing availability of the licensed software. The USCG would likely have internal metrics to gauge user satisfaction and operational impact, but these are not contractually specified in the summary data.

What is Minburn Technology Group's track record with similar federal software contracts, particularly with the USCG or GSA?

Minburn Technology Group, LLC, has a track record of performing federal contracts. While the provided data doesn't detail their specific history with the USCG or GSA beyond this award, their ability to win a contract through full and open competition suggests they met the necessary qualifications and presented a competitive offer. A deeper dive into their contract history, past performance evaluations, and any prior work with the USCG or on similar software solutions would provide further insight into their reliability and expertise in this domain.

Are there any potential risks associated with vendor lock-in or the long-term cost implications of this software solution?

Yes, there are potential risks associated with vendor lock-in and long-term costs. If the licensed software becomes integral to USCG operations, switching vendors in the future could be complex, costly, and disruptive. This dependence can reduce the government's leverage in future negotiations. The firm fixed-price nature of this 364-day contract provides short-term cost certainty, but the overall long-term cost will depend on renewal prices, potential price escalations, and the need for future upgrades or complementary software. The relatively short duration allows for periodic reassessment, mitigating some long-term risk.

How does this contract align with broader federal IT modernization or cybersecurity initiatives?

The alignment of this contract with federal IT modernization or cybersecurity initiatives depends heavily on the specific software. If the subscription is for modern, secure, and efficient software that replaces legacy systems or enhances security capabilities, it directly supports these goals. Conversely, if it's a license for outdated software or does not incorporate current security best practices, it could hinder modernization efforts. Federal agencies are increasingly prioritizing cloud-based solutions, data analytics, and robust cybersecurity measures. The USCG's choice of software under this contract would indicate its priorities in these areas.

Industry Classification

NAICS: InformationSoftware PublishersSoftware Publishers

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QFSA25Q0014

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: $22,296,962

Exercised Options: $11,091,917

Current Obligation: $6,869,924

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QTCA21A0003

IDV Type: BPA

Timeline

Start Date: 2025-04-01

Current End Date: 2026-03-31

Potential End Date: 2030-03-31 00:00:00

Last Modified: 2026-03-31

More Contracts from Minburn Technology Group, LLC

View all Minburn Technology Group, LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending