MURIEL BOWSER
MAYOR
September 19, 2022
The Honorable Phil Mendelson
Chairman
Council of 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 Council of the District of Columbia is
proposed Modification No. M0002 to Contract No. CW95427 with Information Unlimited, Inc.
(IUI) in the not-to-exceed amount of $1,377,709.44. The period of performance is from October
1, 2022, through September 30, 2023.
Under the proposed modification, IUI shall continue to provide information technology temporary
personnel resources that will serve as subject matter experts to support the Department of Health
Care Finance.
I am available to discuss any questions you may have regarding the proposed modification. In
order to facilitate a response to any questions you may have, please have your staff contact Marc
Scott, Chief Operating Officer of the Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Councils favorable consideration of this proposed contract modification.
Sincerely,
Muriel Bowser
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 9C-30, the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Standard)
(A) Contract Number: CW95427
Proposed Contractor: Information Unlimited, Inc. (IUI)
Contract Amount (Option Period One): Not-to-exceed (NTE) $1,377,709.44
Unit and Method of Compensation: Hourly rates for each labor category
Term of Contract: October 1, 2022 to September 30, 2023
Type of Contract: Labor-Hour
Source Selection Method: Competitive Sealed Bidding
(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:
Base Period Amount: NTE $577,292.96
(May 1, 2022, through September 30, 2022)
Option Period One Amount: NTE $1,377,709.44
Explanation of difference from the base period: The base period amount differs from option
period one because the base was for five months, whereas option period one will be for 12 months.
Option Period Two Amount: NTE $1,398,343.04
Explanation of difference from the base period: The base period amount differs from option
period two because the base was for five months, whereas option period two will be for 12 months.
Option Period Three Amount: NTE $1,413,610.64
Explanation of difference from the base period: The base period amount differs from option
period three because the base was for five months, whereas option period three will be for 12
months.
1
Option Period Four Amount: NTE $1,419,333.76
Explanation of difference from the base period: The base period amount differs from option
period four because the base was for five months, whereas option period four will be for 12
months.
(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 contractor is to provide temporary support personnel to the Department of Health Care
Finance (DHCF) to serve as information technology subject matter experts for the Chief
Operations Officer.
(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:
A request for qualifications (RFQ) was issued on August 13, 2021, and closed on August 31, 2021.
As a result of the RFQ, seven of the 14 statements of qualification selected by the contracting
officer (CO) were eligible to participate in the invitation for bid (IFB) solicitation. On October 7,
2021, the IFB was released to the seven qualified bidders. The IFB closed on October 22, 2021.
The District received seven bids on the closing date in response to the solicitation.
The District required the bidders to include a narrative describing their process of recruiting,
screening, and testing potential candidates within the RFQ submission. The bidders provided
organizational charts, resumes for each position, and relevant past performance history.
After a review of the bids, the CO determined that a multi-award be made to the three lowest
bidders, IUI, Avid Systems, LLC (Avid), and Vtech Solution.
The Base Period was awarded on March 21, 2022, from May 1, 2022, through September 30,
2022.
(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 December 23, 2021, Avid protested the District's proposed multi-awards. Avid's protest
challenged the propriety of the District's decision to award multiple contracts under the IFB.
On March 11, 2022, the contracts appeals board found Avid's protest untimely and dismissed the
protest with prejudice.
(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:
2
The contractor is currently providing services to the satisfaction of the District under the current
contract, which expires on September 30, 2022. The contractor has provided DHCF temporary
support services since it was awarded the contract.
The proposed contractor has demonstrated through past performance that their organization has the
history, personnel, organizational and technical experience required to successfully meet the
requirements of the proposed contract. Likewise, it has been determined that the contractor
maintains the financial resources, accounting and operational controls to successfully fulfill the
Districts requirements. 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 Department of Small and Local Business Development has certified IUI as a certified business
enterprise. IUI will serve as the prime and provide all the goods and services for the contract.
(H) Performance standards and the expected outcome of the proposed contract:
The contractor shall provide qualified resources to perform the duties and tasks assigned by the
DHCF programs according to the responsibilities outlined within section C.5.3 of the contract.
Temporary resources are expected to report to their designated locations, perform the required
duties, abide by District laws and regulations, and comply with a criminal background and
suitability screening.
(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:
DHCF Agency Fiscal Officer certified that funding in the NTE amount of $1,377,709.44 is
available.
(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.
3
(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;
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):
On September 13, 2022, the Citywide Clean Hands database certified that the contractor is current
with its District taxes.
(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 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 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 July 20, 2022, 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 Contractors Responsibility
Determination and Findings for Price Reasonableness
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
http://ocp.dc.gov
4
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
http://ocp.dc.gov
5
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: September 13, 2022 Notice Number: L0008143772
INFORMATION UNLIMITED, INC. FEIN: **-***9836
401 NEW YORK AVE NE Case ID: 1294032
WASHINGTON DC 20002-7028
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 V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Darrin Shaffer
Agency Fiscal Officer
Department of Health Care Finance
DATE: August 23, 2022
SUBJECT: Certification of Funding for Information Unlimited, Inc. Contract
The Office of the Chief Financial Officer hereby certifies that the sum of $1,377,709.44 is included in the Districts
Local Budget and Financial Plan for Fiscal Year 2023 to fund the costs associated with the Department of Health
Care Finances (DHCF) MDW Staff Augmentation & Information Technology Contract. This certification supports
the Information Unlimited, Inc Contract CW95427 for Option Period One beginning October 1, 2022 through
September 30, 2023.The fund allocation is as follows:
Vendor: Information Unlimited, Inc Contract# CW95427
Fiscal Year 2023 Funding: 10/01/22 - 09/30/23
Agency Fund Program PCA Index CSG Grant/Ph Amount
HT0 0100 1000 M1000 LM100 0409 $300,000.00
HT0 8250 1000 M1000 M10A3 0409 MMAD23/23 $900,000.00
HT0 0100 1000 M1000 LM100 0409 $97,740.19
HT0 8250 1000 M1000 M10A3 0409 MMAD23/23 $79,969.25
FY 23 Contract Total: $1,377,709.44
Upon approval of the Districts Local Budget and Financial Plan by the Council and the Mayor and completion of
the thirty-day Congressional layover, funds will be sufficient to pay for fees and costs associated with the contract.
There is no fiscal impact associated with the contract.
Should you have any questions, please contact me at (202) 442-9079.
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
KARL A. RACINE
Commercial Division
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: September 16, 2022
SUBJECT: Approval of Contract Action for Temporary Support Personnel to the
Department of Health Care Finance (DHCF) to provide information
technology support
Contract Number: CW95427
Contractor: Information Unlimited, Inc. (IUI)
Proposed Option Amount: NTE $1,377,709.44
___________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient, subject to the conditions that (1) the certificate of insurance is
updated with all necessary policies listed in the contract prior to the option period start date of
October 1, 2022. If you have any questions in this regard, please do not hesitate to call me at
(202) 724-4018.
______________________________
Robert Schildkraut
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW95427 1 2
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
M0002 October 1, 2022 Temporary Support Personnel
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Department of Health Care Finance
Health and Human Services Cluster Chief Operations Officer
441 4th Street, NW; 330 South 441 4th Street, NW; 900 South
Washington, DC 20001 Washington, DC 20001
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
Information Unlimited, Inc.
401 New York Ave., NE 9B. Dated (See Item 11)
Washington, DC 20002 10A. Modification of Contract/Order No.
POC: Herschel Chandler, President
Email: herschel.chandler@iui.com X CW95427
10B. Dated (See Item 13)
Code Facility May 1, 2022
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 1 copy of th