GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Chief Financial Officer
Page 2
Guidelines on the OCFOs Katrina Relief Efforts
September 15, 2005
Fitzroy Lee
Acting Chief Financial Officer
The Honorable Phil Mendelson
Chairperson
Council of the District of Columbia
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to D. C. Official Code 2-352.02a, enclosed for consideration and approval by the
Council of the District of Columbia is proposed contract CFOPD-22-C-021 with OST, Inc. The
proposed contract is in the not to exceed amount of $10,000,000.00 for the period beginning on
the date of the award through September 30, 2022.
Under the proposed contract, OST, Inc. shall provide services as the Managed Service Provider
responsible for day-to-day management responsibilities and functions of temporary resources
staffing augmentation for the Office of the Chief Financial Officer.
As always, I am available to discuss any questions you may have regarding the proposed contract
action. In order to facilitate a response to any questions concerning the proposed contract action,
please have your staff contact Dorothy Whisler Fortune, Director of the Office of Contracts for
the Office of the Chief Financial Officer at (202) 442-8078.
Sincerely,
Fitzroy Lee
cc: Nyasha Smith, Secretary, Council of the District of Columbia
John A. Wilson Building * 1350 Pennsylvania Avenue, NW * Suite 203 * Washington, DC 20004
Phone: (202) 727-2476 * Fax: (202) 727-1643 * www.cfo.dc.gov
COUNCIL CONTRACT SUMMARY
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.
(1) The proposed contractor, the names of the contractors principals, contract amount, unit and
method of compensation, contract term, type of contract and source selection method:
Proposed Contractor: OST, Inc.
Proposed Contractors Principal(s): Vijay Narula
Subcontractors:
1) Accurate Conceptions, LLC 13) Obverse, Inc.
2) Artisys Corporation 14) Oliva Consulting, Inc.
3) Avid Systems, LLC 15) PC Net, Inc. DBA PCN Strategies
4) BizTech Fusion, LLC 16) Peak Technologies Solutions, Inc.
5) Corporate Systems Resources, Inc. 17) Prime Source Technologies, LLC
6) CSZNet, Inc. 18) Tech Analysis, Inc.
7) Document Systems, Inc. 19) Tecknomic, LLC
8) Enlightened, Inc. 20) Telecommunications Development Corp.
9) Mb Staffing Services 21) Trebel International, LLC
10) Midtown Personnel, Inc. 22) Vantix, Inc.
11) Networking for Future, Inc. 23) Vire Consulting
12) Nustrat, LLC 24) Vtech Solutions, Inc.
Contract Amount: The proposed contract amount for the base period is in the not to
exceed (NTE) amount of $10,000,000. The proposed NTE amount for each option period is
as follows: Option Period 1 is $20,000,000, Option Period 2 is 20,000,000, Option Period 3
is $20,000,000, and Option Period 4 is $20,000,000. The contract NTE amount for the
option periods differ from the contract NTE amount for the base period because the option
periods are for a 12-month period and the base period is for approximately a six-month
period.
Unit and method of compensation: United States Dollars (USD) in accordance with
Section B, Pricing, of the contract.
Contract Term: The contract has a base period of approximately six (6) months with four
(4), one (1) year options.
Contract Type: Requirements
Source Selection Method: Competitive Sealed Proposals
(2) 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 purpose of the proposed contract is to allow OST, Inc. to provide services as the Managed
Service Provider responsible for day-to-day management responsibilities and functions of
temporary resources staffing augmentation for the Office of the Chief Financial Officer.
The deliverables are approved by the COTR in accordance with Sections B and C of the contract.
(3) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past-performance components:
This was a competitive request for proposal procurement. There were five (5) proposals
submitted in response to the solicitation. Two (2) proposals were deemed non-responsive and the
remaining three (3) were found to be responsive. Only two (2) responsive Offerors were
determined to be in the competitive range. The Technical Proposal was worth 80 points; and the
Pricing Proposal was worth 20 points for a total of 100 points. The proposals were evaluated
based on Overall Technical Approach, VMS Solution, Implementation Plan, Training Plan, Key
Personnel Expertise, Experience and Past Performance, and Price. OST, Inc. received the highest
scoring.
(3A) 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, and the identity of the protestor, grounds alleged
in the protest and any deficiencies identified by the District as a result of the protest:
There was no protest filed related to the award of this contract.
(4) 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:
OST, Inc. has been headquartered in the District since its founding in 1999 and is a member of the
Districts Chamber of Commerce. OST, Inc. has provided Managed Service Provider (MSP)
services for 13 years and has provided IT staffing and management consulting services to public
sector programs since 1999.
Within the last 5 years OST, Inc. has managed the DC IT Staff Augmentation (ITSA) MSP
contract for the Districts Office of Chief Technology Officer (OCTO) with 1,860 placements and
excellent customer ratings, managed the Pennsylvania ITSA contract with 3,500 placements and
excellent customer ratings for 100% SLAs, managed the Ohio ITSA contract with 635 placements
and a 30-day transition with 100% incumbent capture, and managed the Federal Emergency
Management Agency (FEMA) National Flood Insurance Program (NFIP) contract which included
placing 260 personnel across 60 labor categories in 60 days in the aftermath of Superstorm Sandy.
OST, Inc. has experience providing financial support staff to Treasury departments to the DC
OCFO, Pennsylvania and Ohio.
OST, Inc.s proposed personnel performing on this proposed contract have been approved by the
District. OST, Inc. has a satisfactory performance record with the Commonwealth of Pennsylvania,
the District of Columbia Office of the Chief Technology Officer, and the Department of
Transportation Federal Aviation Administration. The Dun and Bradstreet report dated January 14,
2022, for OST, Inc. indicates that the company is financially stable to provide the proposed
contract services.
(4A) A summary of the subcontracting plan required under D.C. Code 2-218.01 et seq.,
including a certification by the District that the subcontracting plan meets the minimum
requirements and the dollar volume of the portion of the contract to be subcontracted, in
both total dollars and as a percentage of the total contract amount:
OST, Inc. submitted a subcontracting plan that subcontracts 50% of the dollar value of the
contract to certified small business enterprises. The base period of the contract is in the not to
exceed amount of $10,000,000. OST, Inc. has subcontracted $5,000,000 of that amount to
certified small business enterprises for the base period of the contract. The subcontracting plan
summited meets the minimum requirements under D.C. Code 2-218.01 et seq.
(5) Performance standards and expected outcomes of the proposed contract:
The contract shall be performed as defined in Section C of the contract.
(5A) The amount and date of any expenditure of funds by the District pursuant to the contract
before its submission to the Council for approval:
There have been no expenditures to date.
(6) 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 funding certification is included in this Council package.
(7) A certification that the proposed contract is legally sufficient, including whether the proposed
contractor has any currently pending legal claims against the District:
Legal Sufficiency is provided in this Council package.
(8) A certification that the 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, (1) a certification that the
contractor has worked out and is current with a payment schedule approved by the District
or (2) a certification that the contractor will be current with its District taxes after the
District recovers any outstanding amount pursuant to D.C. Official Code 2-353.01(9).
The Clean Hands compliance document is included in this Council package.
(8A) A certification that the proposed contract 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 certified that it is current with its federal taxes.
(8B) A certification that the proposed contractor has not been determined to be in violation of
D.C. Official Code 1-1163.34a, and a certification from the proposed contractor that it
currently is not and will not be in violation of D.C. Official Code 1-1163.34a:
The Contractor has certified that it has not been determined to be in violation of D.C. Official Code
1-1163.34a, and that it currently is not and will not be in violation of D.C. Official Code 1-
1163.34a.
(9) 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, effective October 20, 2005 (D.C. Law 16-33; D.C.
Official Code 2-218.01 et seq.):
OST, Inc. is not a Certified Business Enterprise (CBE). OST, Inc. has 24 CBE subcontractors
working on this contract:
1) Accurate Conceptions, LLC 2) Artisys Corporation
3) Avid Systems, LLC 14) Oliva Consulting, Inc.
4) BizTech Fusion, LLC 15) PC Net, Inc. DBA PCN Strategies
5) Corporate Systems Resources, Inc. 16) Peak Technologies Solutions, Inc.
6) CSZNet, Inc. 17) Prime Source Technologies, LLC
7) Document Systems, Inc. 18) Tech Analysis, Inc.
8) Enlightened, Inc. 19) Tecknomic, LLC
9) Mb Staffing Services 20) Telecommunications Development Corp.
10) Midtown Personnel, Inc. 21) Trebel International, LLC
11) Networking for Future, Inc. 22) Vantix, Inc.
12) Nustrat, LLC 23) Vire Consulting
13) Obverse, Inc. 24) Vtech Solutions, Inc.
The CBE certifications are included in the Council package.
(10) Other aspects of the proposed contract that the CPO considers significant:
None.
(11) 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:
OST, Inc. does not appear on the Federal Excluded Parties List System (EPLS) or the District
Excluded Parties List.
(11A) Any determination and findings issued in relation to the contracts formation, including
any made using the privatization procedures under D.C. Code 2-352.05:
All determination and findings issued in relation to the contract formation are included in this
package.
(12) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract and all amendments and modifications shall be available online at the following
website address: https://dc.cobblestonesystems.com/public/default.aspx
(13) Where the original solicitation, and any amendments and modifications will be made
available online:
The original solicitation and any amendments and modification shall be available online at the
following website address: https://dc.cobblestonesystems.com/public/default.aspx
_______________________________
Dorothy Whisler Fortune, Esq. CPPO
Director
Office of Contracts
* Government ofthe DistrictofColumbia
*
*
iE Dilice ofthe ChiefFinancial Officer 1101 44 Street, SW
Gm Office of Tax and Revenue Washington, DC 20024
Date ofNotice: January 14, 2022 Notice Number: 10006724095 =
ost INC FEIN: **-*##5314
2101 L ST NW STE 800 Case ID: 1047036
WASHINGTON DC 20037-1657
CERTIFICATE
OFCLEANHANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. Asofthe 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 Tl. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
D.C. CODE47-2862 (2006)
47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
He)
RuthorizedBy MareAronin
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 th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
Office of Management & Administration
MEMORANDUM
TO: Dorothy Fortune, Director
Office of Contracts
FROM: Nicole Dean Brown
Budget Officer
DATE: March 14, 2022
SUBJECT: Funding Certification: OST, Inc. CFOPD-22-C-021
By this memorandum I certify that funding is available in the amount of $10,000,000. The
vendor, OST, Inc., will provide services as the Managed Service Provider (MSP) responsible for
day-to-day management responsibilities and functions of the OCFOs temporary resources
staffing augmentation program. The period of performance is date of award through September
30, 2022.
The proposed contract is within the appropriated budget authority for the agency. The proposed
contract is consistent with the financial plan and budget adopted in accordance with D.C. Code
47-392.01and 47-392.02.
Please contact me if you have any questions or would like additional information.
Southwest Waterfront * 1100 4th Street, S.W.* Suite 770E * Washington, DC 20024
Phone: (202) 442-6523 * Fax: (202) 442-6327 * www.cfo.dc.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
Office of General Counsel
MEMORANDUM
TO: Fitzroy Lee
Acting Chief Financial Officer
THRU: David Tseng
General Counsel
FROM: Treva Saunders
Associate General Counsel,
Personnel and Procurement
DATE: March 28, 2022
SUBJECT: Certification of Legal Sufficiency
Contract No.: CFOPD-22-C-021
Contract Action: Award
Contractor: OST, Inc.
Contract NTE Amount: $10,000,000
Contract Purpose: To provide services as the Managed Service Provider
responsible for day-to-day management responsibilities and functions of
temporary resources staffing augmentation for the Office of the Chief Financial
Officer.
This is to Certify that this Office has reviewed the above-referenced contract and that we
have found it to be legally sufficient. The proposed contractor has certified that it does not have
any currently pending legal claims against the District. If you have any questions in this regard,
please do not hesitate to contact me at 442-7127.
________________________________________
Treva Saunders