Transportation awards $283K for Tableau software renewal, highlighting IT infrastructure needs

Contract Overview

Contract Amount: $283,564 ($283.6K)

Contractor: Microtechnologies LLC

Awarding Agency: Department of Transportation

Start Date: 2026-04-06

End Date: 2026-12-31

Contract Duration: 269 days

Daily Burn Rate: $1.1K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: TABLEAU SOFTWARE LICENSE RENEWAL-SOAR

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20591

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $283,563.86 to MICROTECHNOLOGIES LLC for work described as: TABLEAU SOFTWARE LICENSE RENEWAL-SOAR Key points: 1. Contract focuses on essential software licensing, indicating reliance on established IT solutions. 2. Competition was full and open, suggesting a potentially competitive bidding process. 3. The contract duration is relatively short, implying potential for future re-competition or adjustments. 4. Fixed-price contract type offers cost certainty for the government. 5. The award is a delivery order, suggesting it's part of a larger, pre-existing contract vehicle. 6. Spending is concentrated in IT services, a critical area for agency operations.

Value Assessment

Rating: good

The contract value of $283,563.86 for a software license renewal appears reasonable for a one-year term. Benchmarking against similar software license renewals for enterprise-level tools would provide a more precise value assessment. Given the fixed-price nature, the government has a clear understanding of the cost, but the value is contingent on the software's continued utility and the pricing relative to market alternatives or previous renewals.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. This suggests a robust bidding environment, which typically leads to better price discovery and potentially more favorable terms for the government. The number of bidders is not specified, but the competition type itself is a positive indicator for value.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a market where providers compete on price and performance, leading to potentially lower costs and better service delivery.

Public Impact

The Federal Aviation Administration (FAA) benefits from this contract by ensuring continued access to critical data visualization and analytics software. Essential services include data analysis, reporting, and business intelligence capabilities for agency operations. The geographic impact is primarily within the District of Columbia, where the agency's operations are centered. Workforce implications include enabling analysts and decision-makers to utilize powerful tools for their daily tasks.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader Information Technology (IT) sector, specifically focusing on software licensing and support. The market for business intelligence and data visualization software is highly competitive, with numerous vendors offering a range of solutions. The FAA's spending on such licenses is typical for large federal agencies that rely on data-driven decision-making. Comparable spending benchmarks would involve looking at other agencies' expenditures on similar enterprise software licenses.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, the primary impact on small businesses would be through potential subcontracting opportunities, which are not detailed here. Without specific subcontracting plans or goals, it's difficult to assess the direct impact on the small business ecosystem for this particular award.

Oversight & Accountability

Oversight for this contract would typically fall under the Federal Aviation Administration's contracting officers and program managers. Accountability measures are inherent in the fixed-price delivery order structure, requiring the vendor to deliver the licensed software as specified. Transparency is generally maintained through contract databases like FPDS, where award details are publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

it-services, software-licensing, tableau, department-of-transportation, federal-aviation-administration, full-and-open-competition, firm-fixed-price, delivery-order, district-of-columbia, computer-systems-design-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $283,563.86 to MICROTECHNOLOGIES LLC. TABLEAU SOFTWARE LICENSE RENEWAL-SOAR

Who is the contractor on this award?

The obligated recipient is MICROTECHNOLOGIES LLC.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $283,563.86.

What is the period of performance?

Start: 2026-04-06. End: 2026-12-31.

What is the historical spending trend for Tableau software licenses at the FAA?

Analyzing historical spending on Tableau software licenses at the FAA would require accessing past contract awards for this specific product or similar data analytics platforms. Without direct access to historical data, it's difficult to ascertain a trend. However, the current award suggests a continued need for the software. Agencies often renew licenses for critical systems to ensure operational continuity. A trend analysis would involve examining the value, duration, and number of awards over several fiscal years to identify patterns of increasing, decreasing, or stable spending, which could indicate changes in software utilization, pricing strategies, or the adoption of alternative solutions.

How does the per-unit cost of this Tableau license renewal compare to market rates or previous FAA renewals?

A precise per-unit cost comparison is challenging without knowing the exact number of licenses or user types covered by this $283,563.86 award. However, for enterprise-level business intelligence software like Tableau, costs can vary significantly based on the edition (e.g., Creator, Explorer, Viewer), user count, and deployment model (cloud vs. on-premises). To benchmark, one would compare the effective per-user cost against publicly available pricing tiers on Tableau's website or against rates negotiated in similar-sized federal contracts. If this renewal represents a significant price increase over previous periods without a corresponding increase in scope or features, it could indicate a potential value concern.

What are the specific risks associated with relying on a single vendor for essential data analytics software?

Relying on a single vendor, such as Tableau in this case, presents several risks. Firstly, there's the risk of vendor lock-in, where switching to a different provider becomes prohibitively expensive or complex due to data migration challenges, retraining needs, and integration issues. Secondly, pricing power can shift towards the vendor, potentially leading to price increases in future renewals, especially if competition is limited. Thirdly, the agency becomes dependent on the vendor's product roadmap, security updates, and financial stability. If the vendor discontinues a product, experiences a security breach, or faces financial difficulties, it could disrupt the agency's operations. Diversifying software solutions or actively exploring alternatives during procurement cycles can mitigate these risks.

What is the track record of Microtechnology LLC in providing IT services to the federal government?

Microtechnology LLC's track record in providing IT services to the federal government can be assessed by examining their past contract awards. A review of federal procurement data (e.g., FPDS) would reveal the types of services they have delivered, the agencies they have served, contract values, and performance history if available. Positive indicators would include a history of successful contract completions, positive past performance reviews, and experience with similar software licensing or IT support. Conversely, a history of contract disputes, performance issues, or limited relevant experience might raise concerns. Without specific performance data for this vendor, a definitive assessment is not possible, but the existence of this award suggests they have met the government's requirements to date.

How does the duration of this contract (approx. 9 months) impact the FAA's ability to secure long-term value?

The relatively short duration of this delivery order (ending December 31, 2026, from an April 6, 2026 start date, totaling approximately 9 months) impacts long-term value in several ways. While it provides flexibility and allows for re-evaluation of needs and market conditions sooner, it may also limit the potential for securing volume discounts or long-term pricing stability that could be achieved with a multi-year contract. Frequent short-term renewals can also increase administrative burden and the risk of price increases with each subsequent award. For essential software, a longer-term strategy, potentially incorporating multi-year options, might offer better value and predictability, provided market conditions remain favorable.

Industry Classification

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

Product/Service Code: IT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 8330 BOONE BLVD STE 600, VIENNA, VA, 22182

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $283,564

Exercised Options: $283,564

Current Obligation: $283,564

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 697DCK22D00002

IDV Type: IDC

Timeline

Start Date: 2026-04-06

Current End Date: 2026-12-31

Potential End Date: 2026-12-31 00:00:00

Last Modified: 2026-04-06

More Contracts from Microtechnologies LLC

View all Microtechnologies LLC federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending