GSA awards $6.9M for Naval Intelligence software licenses to Minburn Technology Group
Contract Overview
Contract Amount: $6,911,028 ($6.9M)
Contractor: Minburn Technology Group, LLC
Awarding Agency: General Services Administration
Start Date: 2025-06-01
End Date: 2026-05-31
Contract Duration: 364 days
Daily Burn Rate: $19.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: US NAVAL INTELLIGENCE SUBSCRIPTION LICENSES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20395
Plain-Language Summary
General Services Administration obligated $6.9 million to MINBURN TECHNOLOGY GROUP, LLC for work described as: US NAVAL INTELLIGENCE SUBSCRIPTION LICENSES Key points: 1. Contract value represents a significant investment in specialized intelligence software. 2. Competition dynamics suggest a potentially competitive bidding process for this requirement. 3. Firm Fixed Price contract type offers cost certainty for the government. 4. Contract duration of one year provides flexibility for ongoing intelligence needs. 5. The award falls within the Software Publishers industry sector. 6. This contract supports critical intelligence functions for the US Navy.
Value Assessment
Rating: good
The contract value of $6.9 million for a one-year term for software licenses appears reasonable given the specialized nature of naval intelligence. Benchmarking against similar intelligence software subscriptions is challenging due to proprietary data, but the price per user or per license would be a key metric for detailed value assessment. The firm fixed-price structure helps manage cost overruns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors were eligible to bid. This approach generally fosters a competitive environment, encouraging vendors to offer their best pricing and terms. The number of bidders, if available, would provide further insight into the intensity of the competition.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it is expected to drive down costs through market forces and encourage innovation among bidders.
Public Impact
Naval intelligence analysts and personnel will benefit from access to essential software. The services delivered are software licenses crucial for data analysis and intelligence gathering. The geographic impact is primarily within the District of Columbia, where the contract is managed. Workforce implications include ensuring intelligence professionals have the tools needed for their mission.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in the provided data makes it difficult to assess effectiveness.
- The specialized nature of the software may limit the pool of qualified vendors in future procurements.
- Dependence on a single vendor for critical software could pose a long-term risk if not managed proactively.
Positive Signals
- Awarded through full and open competition, suggesting a robust market.
- Firm Fixed Price contract type provides cost predictability.
- The contract supports a critical national security function.
Sector Analysis
This contract falls within the Software Publishers industry (NAICS 511210), a sector characterized by the development, distribution, and licensing of software. The federal government is a significant consumer of software, with spending across various agencies for operational, analytical, and mission-specific needs. Comparable spending benchmarks for intelligence software are difficult to ascertain due to the sensitive and specialized nature of the products, but overall federal IT spending is in the hundreds of billions annually.
Small Business Impact
The provided data indicates that small business participation (ss: false, sb: false) was not a specific set-aside requirement for this contract. Therefore, there are no direct subcontracting implications for small businesses stemming from this particular award. The focus was on full and open competition, which may or may not have included small business prime contractors.
Oversight & Accountability
Oversight for this contract is managed by the General Services Administration (GSA) through its Federal Acquisition Service. As a BPA Call, it likely falls under established GSA procurement policies and procedures. Transparency is generally maintained through public contract databases, and accountability would be tied to contract performance and adherence to the firm fixed-price terms.
Related Government Programs
- Naval Intelligence Systems
- Intelligence, Surveillance, and Reconnaissance (ISR) Software
- Department of Defense Software Procurement
- General Services Administration IT Schedule Contracts
Risk Flags
- Potential for vendor lock-in
- Cybersecurity of sensitive intelligence data
- Dependence on specialized software
Tags
it, software-publishing, naval-intelligence, gsa, federal-acquisition-service, firm-fixed-price, full-and-open-competition, district-of-columbia, intelligence-community, bpa-call
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $6.9 million to MINBURN TECHNOLOGY GROUP, LLC. US NAVAL INTELLIGENCE SUBSCRIPTION LICENSES
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: 2025-06-01. End: 2026-05-31.
What is the specific type of software being licensed and its primary function for Naval Intelligence?
The provided data does not specify the exact software title or its precise function. However, given the context of 'Naval Intelligence Subscription Licenses,' it is highly probable that the software is designed for data analysis, intelligence processing, threat assessment, or situational awareness related to naval operations. This could include tools for processing signals intelligence, geospatial intelligence, or open-source intelligence, enabling analysts to make informed decisions and support military planning.
How does the awarded price of $6.9 million compare to similar intelligence software subscriptions in the federal market?
Direct comparison of the $6.9 million award for Naval Intelligence subscription licenses to similar federal contracts is challenging without knowing the specific software and user count. Intelligence software is often highly specialized and proprietary, leading to unique pricing structures. However, the General Services Administration (GSA) Federal Acquisition Service often facilitates competitive pricing through its IT schedules. A detailed value assessment would require benchmarking against contracts for comparable intelligence analysis tools, considering factors like the number of users, features, and support levels.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?
The provided data does not include specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. Typically, for software licenses, SLAs might cover aspects like software uptime, availability, response times for technical support, and patch/update delivery schedules. Performance would be evaluated based on whether Minburn Technology Group meets these agreed-upon service levels throughout the contract period.
What is Minburn Technology Group's track record with the federal government, particularly in providing intelligence-related software?
Minburn Technology Group, LLC, is a federal contractor. While the provided data doesn't detail their specific track record with intelligence software, their ability to win a contract under full and open competition from the General Services Administration suggests they possess the necessary qualifications and capabilities. Further investigation into their contract history, past performance reviews, and experience with similar government agencies would provide a more comprehensive understanding of their reliability and expertise in this domain.
What is the historical spending pattern for similar Naval Intelligence software licenses over the past five years?
The provided data does not contain historical spending information for this specific contract or category. To analyze historical spending patterns for similar Naval Intelligence software licenses, one would need to query federal procurement databases (like USASpending.gov or FPDS) for contracts awarded to the Department of the Navy or related intelligence agencies for software subscriptions within the relevant NAICS codes (e.g., 511210) over the past five fiscal years. This would reveal trends in contract values, awardees, and competition levels.
Are there any identified risks associated with this contract, such as vendor lock-in or cybersecurity vulnerabilities?
Potential risks associated with this contract could include vendor lock-in, where the government becomes heavily reliant on Minburn Technology Group's specific software, making future transitions costly or difficult. Cybersecurity is also a critical consideration; the software must meet stringent federal security standards to protect sensitive naval intelligence data. The firm fixed-price nature mitigates cost overrun risks, but performance and security risks require ongoing monitoring by the contracting agency.
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: 47QFSA25Q0025
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: $81,937,003
Exercised Options: $6,911,028
Current Obligation: $6,911,028
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QTCA21A0003
IDV Type: BPA
Timeline
Start Date: 2025-06-01
Current End Date: 2026-05-31
Potential End Date: 2030-05-31 00:00:00
Last Modified: 2026-01-29
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)