MURIEL BOWSER
MAYOR
June 22, 2021
The Honorable Phil Mendelson
Chairman
Councilofthe District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code 1-
204,51) and the Procurement Practices Reform Act (D.C. Official Code 2-351.01 et seq.),
enclosed for consideration and approval by the Council of the District of Columbia is proposed
modification M0026 to contract No. CW62227 with KPMG, LLP (KPMG) to exercise option
period one in the amountof $7,281,205. The period of performance is from July 30, 2021
through July 29, 2022.
Under the proposed modification, KPMG shall provide operations, enhancement and
maintenance support to manage and deliver software enhancements to the District of Columbia
Access System, an integrated eligibility and case management platform.
In order to facilitate a response to any questions you may have, please have your staff contact
Mare Scott, Chief Operating Officer of the Office of Contracting and Procurement, at (202) 724-
8759.
Took forward to the Councils favorable considerationofthis contract.
Sincerely,
Mufiel Bowser
Enclosure
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code 2-352.02(c), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(A) Contract Number: CW62227
Proposed Contractor: KPMG LLP (KPMG)
Estimated Contract Amount: $7,281,205
Unit and Method of Compensation: Fixed Price
Term of Contract: July 30, 2021 through July 29, 2022
Type of Contract: Firm Fixed Price with cost reimbursement component
Source Selection Method: Request for Proposal (RFP)
(B) For a contract containing option periods, the contract amount for the base period and for
each option period. If the contract amount for one or more of the option periods differs from
the amount for the base period, provide an explanation of the reason for the difference:
Estimated Base Period Amount: $109,900,000
The base period consisted of three years and included implementation of the system.
Legislation Number: CA22-0466.
Option Period 1 Amount: $7,281,205
Explanation of difference from base period (if applicable):
Due to project delays as a result of the COVID-19 pandemic, deliverables slated for completion
prior to July 29, 2021 have been moved from the base period to the first quarter of option year one.
The deliverables were moved by repositioning the scope of three tasks to option year one. The tasks
were also repositioned on the price schedule and are now reflected in the increased option year one
in the amount of $7,281,205.
1
Option Period 2 Amount: $2,142,082
Explanation of difference from base period (if applicable):
Option period two is for operations, enhancement, and maintenance support of all of the integration
and deployments that occurred in the base period and option period one.
(C) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
The District of Columbia Office of Contracting and Procurement, on behalf of the Department of
Health Care Finance, is seeking a contractor to manage and deliver software enhancements to the
District of Columbia Access System (DCAS), an integrated eligibility and case management
platform.
(D) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
The solicitation was issued via OCP e-sourcing Ariba System (Doc307417) on March 15, 2017 and
the proposals were due on May 15, 2017. The solicitation was issued in the Open Market with a 35%
certified small business enterprise subcontracting requirement. On the closing date, the District
received three proposals in response to the solicitation. The proposals were evaluated in accordance
with the technical evaluation factors and price factors as described in the RFP.
After the evaluation by the technical review panel, the contracting officer conducted an independent
assessment and recommended awarding a contract to KPMG in the amount of $109,900,000 for a
period of performance from date of award to 36 months thereafter.
(E) A description of any bid protest related to the award of the contract, including whether the
protest was resolved through litigation, withdrawal of the protest by the protestor, or
voluntary corrective action by the District. Include the identity of the protestor, the grounds
alleged in the protest, and any deficiencies identified by the District as a result of the protest:
On April 18, 2018, eSystems, Inc., filed a protest with the DC Contract Appeals Board, Protest No.
P-1076, challenging its elimination from competition under solicitation DHCF-2017-R-0026 for the
DCAS project. By Order dated May 15, 2018, the Contract Appeals Board dismissed with prejudice
the protest of eSystems.
(F) The background and qualifications of the proposed contractor, including its organization,
financial stability, personnel, and performance on past or current government or private
sector contracts with requirements similar to those of the proposed contract:
KPMG has implemented integrated eligibility projects around the country and has deep health and
human services domain knowledge and Curam skills. KPMG has acted as a prime vendor on large-
scale transformations. KPMG team will consist of organizations that have deep Curam resources who
have worked across 16 states. KPMG provided similar services to the State of Hawaii Department of
Human Services, North Carolina Department of Health and Human Services, and City of New York
Human Resources Administration. KPMG has extensive history working with Center for Medicaid
and Medicare Services, Food and Nutrition Services, and Administration for Children and Families.
2
The proposed contractor has demonstrated through past performance reports that their organization
has the history, organizational and technical experience, including the key personnel required to
successfully meet the requirements of the proposed contract. Likewise, it has been determined that
KPMG maintains the financial resources, accounting and operational controls to successfully fulfill
the Districts requirement. The Contractor has been determined responsible in accordance with the
Districts standards for responsibility.
(G) A summary of the subcontracting plan required under section 2346 of the Small, Local, and
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended,
D.C. Official Code 2-218.01 et seq. (Act), including a certification that the subcontracting
plan meets the minimum requirements of the Act and the dollar volume of the portion of the
contract to be subcontracted, expressed both in total dollars and as a percentage of the total
contract amount:
The contractor provided a subcontracting plan with a subcontracting set aside of 35% with a total
dollar amount of $2,548,421.75. The contracting officer has determined that the plan meets the
Department of Small and Local Business Development requirements.
(H) Performance standards and the expected outcome of the proposed contract:
The expected outcome of the proposed contract is to provide operations, enhancement, and
maintenance support, and to complete the remaining portions of scope from the base period in tasks
through 4 and 18.
(I) The amount and date of any expenditure of funds by the District pursuant to the contract
prior to its submission to the Council for approval:
None.
(J) A certification that the proposed contract is within the appropriated budget authority for the
agency for the fiscal year and is consistent with the financial plan and budget adopted in
accordance with D.C. Official Code 47-392.01 and 47-392.02:
The Department of Health Care Finance Agency Fiscal Officer certified that funding is available for
FY 2021 and FY 2022 to support the contract for DCAS services.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The contract has been reviewed by the Office of the Attorney General and found to be legally
sufficient. The contractor has no pending legal claim against the District.
(L) A certification that Citywide Clean Hands database indicates that the proposed contractor is
current with its District taxes. If the Citywide Clean Hands Database indicates that the
proposed contractor is not current with its District taxes, either: (1) a certification that the
contractor has worked out and is current with a payment schedule approved by the District;
3
or (2) a certification that the contractor will be current with its District taxes after the District
recovers any outstanding debt as provided under D.C. Official Code 2-353.01(b):
The Citywide Clean Hands database certified that the contractor is current with its District taxes as
of June 15, 2021.
(M) A certification from the proposed contractor that it is current with its federal taxes, or has
worked out and is current with a payment schedule approved by the federal government:
The Contractor has self-certified, via Bidders/Offerors certification form, that it is current with its
federal taxes.
(N) The status of the proposed contractor as a certified local, small, or disadvantaged business
enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise
Development and Assistance Act of 2005, as amended; D.C. Official Code 2-218.01 et seq.:
The contractor is not a certified local, small, or disadvantaged business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
(P) A statement indicating whether the proposed contractor is currently debarred from providing
services or goods to the District or federal government, the dates of the debarment, and the
reasons for debarment:
As of March 19, 2021, the Contractor does not appear on the Office of Inspector General
Exclusions Database, the Federal Excluded Parties List or the Districts list of Debarred and
Suspended Contractors.
(Q) Any determination and findings issues relating to the contracts formation, including any
determination and findings made under D.C. Official Code 2-352.05 (privatization
contracts):
Determination and Findings for Contractor Responsibility dated May 4, 2021
Determination and Findings for Price Reasonableness dated May 3, 2021
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
http://ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
http://ocp.dc.gov
4
Government of the District of Columbia
Office of the Chief Financial Officer 1101 4th Street, SW
Office of Tax and Revenue Washington, DC 20024
Date of Notice: June 15, 2021 Notice Number: L0005753360
KPMG PEAT MARWICK LLP FEIN: **-***5207
1801 K ST NW Case ID: 846361
WASHINGTON DC 20006-1301
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
CO
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. As of the date above, the individual/entity has complied with DC Code 47-2862, therefore
this Certificate of Clean Hands is issued.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
D.C. CODE 47-2862 (2006)
PY
47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Marc Aronin
Chief, Collection Division
To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
Validate a Certificate of Clean Hands hyperlink under the Clean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Department of Health Care Finance
Office of the Chief Financial Officer
MEMORANDUM
TO: George A. Schutter
Chief Procurement Officer
Office of Contracting and Procurement
THRU: Delicia Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Darrin Shaffer
Agency Fiscal Officer
Department of Health Care Finance
DATE: June 2, 2021
SUBJECT: Certification of Funding for KPMG LLP Option Period One
The Office of the Chief Financial Officer hereby certifies that the sum of $7,281,205.00 is included in the
Districts Local Budget and Financial Plan submitted to Congress by the Chairman of the Council to the Speaker of
the House of Representatives for Fiscal Year 2021 to fund the costs associated with the warranty and an additional
deployment to complete the work in the scope of the Base Period. This certification replaces the one previously
approved on April 30, 2021 and supports the contract for the period July 30, 2021 through June 29, 2022.
Vendor: KPMG LLP Contract Number: CW62227
Fiscal Year 2021 Funding:
Fund Obj Index PCA Allocation Total
0350 0409 D0SMF M1060 83.60% $ 4,338,810.26
0350 0409 D00MF M1060 6.40% $ 297,333.64
0304 0409 D0RML M1000 10.00% $ 515,127.10
FY21 KPMG OY1 Total $ 5,151,271.00
Fund Obj Index PCA Allocation Total
0350 0409 D00MF M1060 45.00% $ 8,135.55
0304 0409 D0SML M1000 5.00% $ 903.95
0304 0409 D0STL M1000 50.00% $ 9,039.50
FY21 KPMG OY1 Total $ 18,079.00
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
Fiscal Year 2022 Funding:
Fund Obj PCA Allocation Total
0350 0409 M1060 90.00% $ 1,900,669.50
0304 0409 M1000 10.00% $ 211,185.50
KPMG FY22 OY1 $ 2,111,855.00
Upon approval by Congress of the Districts Local Budget and Financial Plan, funds will be sufficient to pay for
fees and costs associated with the Contract. Should you have any questions, please contact me at (202) 442-9079.
cc: James Simms, DHCF
Melanie Bell, DHCF
Helena Barbour, DHCF
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW62227 1 1
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request 5. Solicitation Caption
No.
CW62227- M0026 See 16C District of Columbia Access
System Release 3 (DCAS R3)
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Department Of Healthcare Finance
441 4th Street, N.W., Suite 200 South 955 LEnfant Plaza, SW
Washington, D.C. 20001 Washington, DC 20011
Attn: Candace Nelson
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
9B. Dated (See Item 11)
KPMG, LLP
10A. Modification of Contractor/Order No.
1676 International Drive, Suite 10
CW62227
McLean, VA 22102
Attn: Amit Sachde
10B. Dated (See Item 13)
Code Facility
June 26, 2018
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not
extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning one (1) copy of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer
submitted; or (c) BY separate letter or fax which includes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGMENT
TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN
REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such may be made by letter or fax, provided
each letter or telegram makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)