MURIEL BOWSER
MAYOR
June 30, 2022
The Honorable Phil Mendelson
Chairman
Councilof the 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 section 202 of the procurement Practices Reform Act of 2010 (D.C. Official Code
2-352.02), enclosed for consideration and approval by the Councilofthe District of Columbia is
proposed Contract No. DCAM-22-NC-IFB-0006 with Veritas Consulting Group, LLC in the not-
to-exceed amountof$3,331,462.20 (including an existing letter contract amountof$885,383).
Under the proposed contract, Veritas Consulting Group, LLC will provide purchase and
installation services for various Department of Parks and Recreation locations on behalf of the
Departmentof General Services, Protective Services Division.
If you have any questions regarding this contract, please contact Keith A. Anderson, Director of
the Department ofGeneral Services (DGS), or have yourstaffcontact George G. Lewis, DGSs
Chief ofContracts and Procurement, at (202) 727-2800.
look forward to the Councils favorable considerationofthis contract.
Sincerely,
Myriel Bpwser
Entlosure
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
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
(Letter Contract)
Contract for the Purchase and Installation of Electronic Security System Devices
(A) Contract Number: DCAM-22-NC-IFB-0006
Proposed Contractor: Veritas Consulting, LLC
Contract Amount: Not-to-exceed (NTE): $3,331,426.20 (inclusive
of Letter Contract amount of $885,383.00)
Unit and Method of Compensation: Firm Fixed Rate per Location
Term of Contract: Letter Contract execution date of June 22, 2022
through June 21, 2023
Type of Contract: Firm Fixed Price
Source Selection Method: Competitive Request for Proposals
(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:
Contract Full Period of Performance (POP) NTE $3,331,426.20
Letter Contract POP 6/22/2022 9/30/2022 $885,383.00
Remaining POP 10/1/2022 6/21/2023 $2,446,043.20
(C) The date on which the letter contract or emergency contract was executed:
The Notice to Proceed & Letter Contract (Letter Contract) was executed by the Department of
General Services (the Department) on June 22, 2022, with an effective date of June 22, 2022,
through July 31, 2022.
1
(D) The number of times the letter contract or emergency contract has been extended:
The Letter Contract has not been extended.
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
The total value of the goods and services provided to date under the Letter Contract is $885,383.00
which represents the not-to-exceed amount established by the Letter Contract.
(F) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
Under the proposed contract for the Purchase and Installation of Electronic Security System
Devices (DCAM-22-NC-IFB-0006) (the Contract) with Veritas Consulting Group, LLC. (the
Contractor), the Contractor will provide the purchase and installation of new electronic security
system devices, including, but not limited to, all labor, supplies, repairs, tools, vehicles,
transportation, travel to and from work sites, per diem, subcontractor cost necessary to ensure
effective performance and delivery of all services (the Services) for the Department of Parks and
Recreation (DPR) facilities (the Project).
In general, the Contractor shall provide the purchase and installation of electronic security system
devices including but not limited to cameras, card readers, and Milestone IVO 350 NVR/DVR, for
various District of Columbia locations. The Contractor shall provide the installation,
configuration, and operation of Milestone hardware and software to bring all sites into compliance
with the PSD video recording standards. The required hardware and licensing specifications differ
based on the number and type of cameras at each site.
For sites with less than 40 cameras, the Contractor shall install a Milestone IVO 350R, with
licensing, encoders, and configure the system to the DC Net.
For sites with more than 40 cameras, the Contractor shall install at least two Milestone IVO
350Rs, with licensing, encoders, and configure the system to the DC Net.
The Contractor shall ensure that all Cameras and Card Readers for RS2 and Milestone IVO 350R
include a minimum one-year warranty from the manufacturer to include all licensing, encoders,
labor, and configuration to the DC Net.
The Contract has a twelve (12)-month term from June 22, 2022, through June 21, 2023, which
includes a total NTE of $3,331,426.20. The Department entered into a Letter Contract with
Veritas, bilaterally executed on June 22, 2022, granting Notice to Proceed with full services on
June 2, 2022, for the period through July 31, 2022. The Letter Contract has a total NET of
$885,383.00; the LC has not been modified.
2
(G) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
On May 19, 2022, the Department of General Services issued the IFB in the open market seeking
one (1) firm to provide the purchase and installation of electronic security system devices during
FY22 with the project complete by September 30, 2022. The IFB was posted on the DGS website
and email notifications were sent to potential firms identified through market research as local
companies capable of providing the required services. In addition, an email with the web site link
was sent to the Department of Small and Local Business Development (DSLBD) Opportunities
Team to forward to all CBE firms.
The pre-proposal conference was held on May 23, 2022, at 2:00 p.m. A total of six (6) companies
were represented at the conference. The proposal submission deadline was set for 10:00 a.m. on
June 8, 2022. There was a total of two (2) addenda issued to this IFB. Addendum No. 01, issued
on May 24, 2022, added, and incorporated the Pre-Bid Conference Attendance Roster, added and
incorporated the Pre-Bid Conference Agenda & Presentation Deck, deleted and replaced
Attachment J.10 Bid Form, deleted and replaced Attachment J.11 List of Locations and
Priority, deleted and replaced Section B.1 Contract Type, Supplies or Services and Price/Cost,
deleted and replaced Section B.3 List of Locations and, deleted and replaced Section I.14
Insurance. Addendum No. 02, added, and incorporated explanations to the prospective Bidders,
added and incorporated clarification regarding approved product list, extended the bid submission
date and time to 10:00 a.m. on Wednesday, June 8, 2022, and extended the Public Bid Opening
(PBO) date and time to 2:00 p.m. on Wednesday, June 8, 2022.
In accordance with Addendum No. 02, bids were due on June 8, 2022, at 10:00 a.m. and the PBO
was held at 2:00 p.m. via WebEx. A total of two (2) bids were received on time and no bids were
submitted late.
Evaluation of Bid Documents:
Bid submissions were examined to determine whether or not Bidders met all the requirements of
the IFB. First, the submissions were reviewed to confirm the bid was submitted on time in
accordance with the deadline identified in Addendum No. 02 to the IFB; both bids were received
through the Departments Bid/Proposal Submission Portal before the final due date and time.
Secondly, each bid was evaluated to confirm the bidders conformance with the requirements of
the IFB, specifically the Special Standards of Responsibility, Section L.25.2 which list all required
licenses and training certifications. The following certifications and/or licenses were required
under the IFB for bidders to be deemed responsive (i) RS2 Personnel Training Certificates, (ii)
Milestone Training Certificates for Milestone Professional and Milestone Advanced, (iii)
Integrated Wiegand Product Training Certification, and (iv) Security Alarm Agent/Dealer License
as issued by the District Department of Consumer and Regulatory Affairs (DCRA).
Bidder 1
Bidder 1 did not provide the required licenses as described in Section L.25.2. Additionally, per
D.C. Official Code 7-2805 any person or firm acting as an alarm agent within the boundaries of
the District of Columbia shall first obtain a license to be known as an alarm agents license;
3
Bidder 1 did not submit the required alarm agent license and alternatively, only submitted a basic
business license. As part of due diligence, the Senior Contract Specialist (SCS) verified the
Bidders current business license status by running a search through the Districts Department of
Consumer and Regulatory Affairs Scout Licensing Data Base; this search confirmed Bidder 1
currently holds a basic business license and does not hold the required alarm agent license, thus
the Contracting Officer (CO) determined Bidder 1 to be non-responsive in accordance with Title
27 DCMR Section 1532.2. Bidder 1s failure to submit the required certifications and licenses as
stipulated in Section L.25.2 resulted in a non-responsive bid submission and removal from further
evaluation. The CO issued a non-responsive notice to Bidder 1 on June 16, 2022.
Veritas Consulting
The Departments evaluation of the bid submission from Veritas Consulting confirmed the
contractors responsiveness; the Bidder submitted all required licenses and certifications identified
in Section L.25.2 (e.g., (i) RS2 Personnel Training Certificates, (ii) Milestone Training Certificates
for Milestone Professional and Milestone Advanced, (iii) Integrated Wiegand Product Training
Certification and, (iv) Security Alarm Agent/Dealer License as issued by the District Department
of Consumer and Regulatory Affairs (DCRA). Veritas submission was deemed responsive and
suitable for further evaluation.
Price Analysis:
A price analysis was conducted on the remaining responsive and responsible bid by comparing the
proposed firm-fixed rates per location with the Independent Government Cost Estimate (IGE)
gathered by DGS program team. The IGE was derived based on both historical data collected for
cost of goods and services and current market costs.
Cancellation and Negotiation:
In accordance with Title 27 DCMR 1530 which states An IFB may be canceled, or all bids
rejected, only if the Director determines that the action taken is in the best interest of the District.
If all bids have been rejected, the contracting officer shall cancel the solicitation, and Title 27
DCMR 1531 which states By determination, the Director may authorize the use of negotiations
if an IFB is canceled after bid opening for any of the following reasons: All otherwise acceptable
bids received are at unreasonable prices, or only one (1) bid is received, and the contracting officer
cannot determine the reasonableness of the bid price, The CO determined it is in the best interest
of the Department to cancel and negotiate on the basis that the one responsive bid received is
unreasonably high and the CO was unable to determine price reasonableness. The Department
determined the Cancellation and Negotiation of the solicitation is in the best interest of the District,
allowing the Department to maintain the timely delivery of services and maximize value to the
District. Subsequently, on June 16, 2022, authorized by Title 27 DCMR 1530 and 1531, the
Department published a Notice of Cancellation to the DGS solicitation page. On June 16, 2022,
pursuant to Title 27 DCMR 1531.2 (a), a formal Notice of Cancellation and Negotiation was sent
to Veritas Consulting Group, LLC.
Following formal disclosure of the bid tabulation publicly posted to the Departments website,
Program alerted contracts and procurement that the budgeted amount allocated in FY22 was cut
4
from the original IGE value of just over $2.9 million to an adjusted value of $2.2 million. Program
also voiced additional concerns regarding the suppliers ability to source and deliver the full
spectrum of services based on the ongoing supply chain shortages and additional increases to the
cost of goods due to the unprecedented market inflation. Considering the aforementioned,
Program voiced a lack of confidence that the full scope of the project could be accomplished within
the revised budget by September 30, 2022. Considering Programs concerns, the receipt of only
one responsive bid and the unexpected bid price of more than 32% above the IGE, the CO found
all reasonable justifications to cancel and negotiate. On June 17, 2022, the Department held a call
with Veritas Consulting Group, LLC, to review the terms of the negotiation, (i) price factors, (ii)
the period of performance for the proposed contract and, (iii) revised list of locations for delivery
of services by September 30, 2022.
Bid Revision & Submission:
The Department issued a bid revision request in which CLINs determined to be outside of
competitive range were flagged for Veritas attention. The bid revision request also included a
revised prioritization of each of the 39 locations, labeling each CLIN as high, medium or low
priority. Veritas provided a revised bid form on June 21, 2022. Veritas negotiated price came in
at 14% over the IGE, down from their original bids 32% deviation, providing the District with a
total bid cost reduction of $514,427.80. The bid reduction allows the Department to achieve
completion of the upgrades/new installs of all high priority locations and all but two of the medium
priority locations within the FY22 agency budget (a total of 26 locations). Additionally, the
reduced total number of locations to be completed during FY22 and by September 30, 2022,
provides relief related to the concerns surrounding the continued supply chain delivery restraints.
The remaining two medium priority locations and all low priority locations will be prioritized and
budgeted during FY23.
Contract Award:
The COTR and the SCS note favorable past performance by the proposed awardee while providing
the current and past OM&R services under the related electronic security system contract.
Moreover, based on the bid analysis, negotiations and the agency adjusted budget allocation, and
in consultation with the DGS Protective Services Division, the SCS recommends awarding said
contract to Veritas Consulting Group, LLC with a period of performance beginning date of award
through one year thereafter.
Veritas Consulting Group, LLC is a certified DSLBE SBE firm (LSZ11165022023). Veritas is
currently compliant with the Districts clean hands mandate and does not appear on either District
of Columbia Government or Federal SAM disbarment/exclusion lists (respectively). Veritas
provided all licensing requirements, a valid certification of insurance as required by the Office of
Risk Management (ORM). Based on the bid evaluation, price analysis, successful negotiations,
and certifications of all compliance requirements, the CO determined in writing the bid submitted
by Veritas was responsive and responsible and the bid price is reasonable. Subsequently, by award
memorandum executed June 22, 2022, the Department awarded Contract No. DCAM-22-NC-IFB-
0006 to the Contractor as such award was deemed to be most advantageous to the District.
5
(H) 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:
The award of the Contract was not protested.
(I) 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:
The Contractor, Veritas Consulting Group, LLC is a Washington, DC based electronic security
and IT communications technology company specializing in the design, deployment, and
sustainment of complex integration security and IT systems as well as a provider of consulting
services for security and IT systems. The Contractor has provided services to the Districts
portfolio of properties for more than 10 years for contract that are of similar size, scope, and
complexity to the project, including as the incumbent contract providing related security system
operation, maintenance and repair services under the District citywide Electronic Security System
Operations, Inspection, Maintenance & Repair Services contract. Veritas is determined
responsible in accordance with 27 DCMR 4706.1.
(J) 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 is a certified business enterprise (CBE No. LSZ11165022023) and is exempt from
the subcontracting requirements set forth in the Act in accordance with D.C. Official Code 2-
218.46(a)(3). Veritas submitted a preliminary subcontracting plan indicating its intent self-perform
100% of the entire agency contract/project with its own organization and resources, in accordance
with D.C. Official Code 2-218.46(b)(1)(A). The Contractors subcontracting plan meets the
minimum requirements of the Act.
(K) Performance standards and the expected outcome of the proposed contract:
If the Contract is approved, the Contractor will be required to provide the Services as set forth in
the Contracts scope of work. In general, the Contractor is/will be required to p