NASA awards $37M Microsoft renewal to Minburn Technology Group, extending IT services through April 2027
Contract Overview
Contract Amount: $36,973 ($37.0K)
Contractor: Minburn Technology Group, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2026-05-01
End Date: 2027-04-30
Contract Duration: 364 days
Daily Burn Rate: $102/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: MICROSOFT RENEWALS
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35812
State: Alabama Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $36,973.24 to MINBURN TECHNOLOGY GROUP, LLC for work described as: MICROSOFT RENEWALS Key points: 1. Contract value represents a significant investment in essential IT infrastructure. 2. Competition was conducted under full and open procedures after source exclusion, suggesting a deliberate procurement process. 3. The fixed-price contract type mitigates cost overrun risks for the agency. 4. Performance duration of one year with options indicates a need for ongoing, adaptable IT support. 5. The contract falls within the 'Other Computer Related Services' NAICS code, a common category for IT support. 6. The award to a single vendor suggests a focus on specialized capabilities or existing vendor relationships.
Value Assessment
Rating: good
The contract value of $36.97 million for a one-year period (with potential for extension) for IT services appears reasonable given the scope of supporting a federal agency like NASA. Benchmarking against similar IT service contracts for large federal agencies would provide a more precise value-for-money assessment. The firm fixed-price structure is a positive indicator for cost control. Without specific details on the services rendered, a direct comparison to market rates for comparable services is challenging, but the overall investment aligns with typical IT expenditures for organizations of NASA's size and complexity.
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 while the competition was broadly open, specific sources may have been excluded based on predefined criteria. The process suggests a balance between ensuring broad market participation and potentially focusing on vendors with specific qualifications or existing relationships. The number of bidders is not specified, but the 'full and open' designation implies a robust competitive environment was sought.
Taxpayer Impact: The use of full and open competition generally benefits taxpayers by encouraging multiple vendors to bid, which can drive down prices and improve service quality through market forces.
Public Impact
The primary beneficiary is NASA, which will receive continued IT support and services. Essential IT services, likely including software licensing, maintenance, and technical support for Microsoft products, will be delivered. The geographic impact is primarily at NASA facilities where these IT services are utilized, potentially nationwide. Workforce implications include the potential for Minburn Technology Group to utilize its IT professionals to fulfill the contract requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if specific Microsoft ecosystem expertise is highly specialized.
- Reliance on a single vendor for critical IT services could pose a risk if the vendor experiences performance issues or financial instability.
Positive Signals
- Firm fixed-price contract structure limits cost uncertainty for the government.
- Full and open competition, even with source exclusion, suggests an effort to leverage market dynamics.
- The contract duration allows for stable IT service provision.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on computer-related services. The IT services market is vast and highly competitive, with numerous vendors offering a wide range of solutions. NASA, as a major federal agency, represents a significant customer within this sector. Spending on IT services by government agencies is substantial, covering everything from software and hardware procurement to maintenance, support, and cybersecurity. This contract's value is moderate within the context of large federal IT procurements.
Small Business Impact
This contract was not awarded as a small business set-aside, and there is no indication of specific subcontracting requirements for small businesses in the provided data. Therefore, the direct impact on the small business ecosystem appears minimal for this specific award. However, the prime contractor, Minburn Technology Group, LLC, may itself be a small business, which would be a positive signal for small business participation.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA's contracting officers and program managers, ensuring adherence to the contract terms and performance standards. Accountability measures are embedded within the firm fixed-price structure, which incentivizes the contractor to meet deliverables within the agreed budget. Transparency is generally maintained through federal procurement databases like FPDS-NG, where contract awards are reported. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- NASA IT Support Services
- Microsoft Software Licensing and Maintenance
- Federal Civilian IT Procurement
- Cloud Services Contracts
- IT Professional Services
Risk Flags
- Potential for vendor lock-in
- Reliance on single vendor for critical IT services
Tags
it-services, nasa, microsoft, firm-fixed-price, full-and-open-competition, it-support, software-licensing, technology-renewals, federal-contract, minburn-technology-group, alabama, computer-related-services
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $36,973.24 to MINBURN TECHNOLOGY GROUP, LLC. MICROSOFT RENEWALS
Who is the contractor on this award?
The obligated recipient is MINBURN TECHNOLOGY GROUP, LLC.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $36,973.24.
What is the period of performance?
Start: 2026-05-01. End: 2027-04-30.
What specific IT services are included under this Microsoft renewal contract?
The provided data indicates the contract is for 'Other Computer Related Services' (NAICS 541519) and involves 'MICROSOFT RENEWALS'. While specific details are not itemized, this typically encompasses licensing, maintenance, support, and potentially professional services related to Microsoft software products used by NASA. This could include operating systems, productivity suites (like Microsoft 365), server software, and other enterprise applications. The renewal nature suggests continuity of existing services rather than the introduction of entirely new systems, focusing on maintaining and supporting the current IT environment.
How does the $36.97 million value compare to NASA's historical spending on similar Microsoft-related IT services?
To accurately assess this, historical spending data for NASA's Microsoft renewals and IT services would be required. However, $36.97 million for a one-year contract (potentially extendable) for a large federal agency like NASA is within a plausible range for comprehensive IT support and licensing. Factors influencing this value include the number of users, the specific Microsoft products licensed (e.g., enterprise agreements vs. individual licenses), the level of support required (e.g., standard vs. premium), and the inclusion of any professional services. Without comparative data, it's difficult to definitively state if this represents an increase or decrease, but it signifies a substantial ongoing investment in maintaining critical IT infrastructure.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include potential vendor performance issues, over-reliance on a single vendor (vendor lock-in), and the possibility of the contractor failing to meet evolving technological needs. Mitigation strategies are primarily embedded in the contract structure. The firm fixed-price (FFP) nature helps control costs, ensuring the government pays a set amount for the services. The 'full and open competition after exclusion of sources' process aims to select a capable vendor. NASA's oversight mechanisms, including performance monitoring and defined deliverables, further mitigate performance risks. Contract clauses regarding termination for default also provide recourse if the contractor fails to perform.
What is the track record of Minburn Technology Group, LLC, in performing similar federal IT contracts?
Information on Minburn Technology Group, LLC's specific track record with federal IT contracts, particularly those involving Microsoft renewals for agencies of NASA's scale, is not detailed in the provided data. A thorough assessment would require reviewing their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), contract history, and any reported issues or successes on similar government contracts. Their ability to win this NASA contract suggests they meet certain qualification criteria, but a deeper dive into their performance history is necessary for a complete understanding of their reliability and expertise.
Does the 'exclusion of sources' in the competition process raise concerns about limiting competition and potentially increasing costs?
The phrase 'Full and Open Competition After Exclusion of Sources' implies that while the competition was generally open, certain potential bidders were excluded based on specific, pre-defined criteria. This could be due to requirements for specialized knowledge, existing infrastructure compatibility, security clearances, or past performance issues with certain vendors. While exclusion can potentially limit the number of bidders, if the exclusion criteria are justified, reasonable, and clearly documented, it does not necessarily lead to higher costs. It can ensure that only qualified and suitable vendors participate, potentially leading to a more efficient and effective award. However, transparency regarding the reasons for exclusion is crucial for taxpayer confidence.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT 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: $36,973
Exercised Options: $36,973
Current Obligation: $36,973
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD34B
IDV Type: GWAC
Timeline
Start Date: 2026-05-01
Current End Date: 2027-04-30
Potential End Date: 2027-04-30 00:00:00
Last Modified: 2026-04-07
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 National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →