MURIEL BOWSER
MAYOR
December 20, 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. M004 to Contract No. CW88488 with Magellan Medicaid Administration, Inc.
(Magellan) to exercise option year two in the amount of $1,014,646. The period of performance is
from January 1, 2023, through December 31, 2023.
Under the proposed modification, Magellan shall continue to develop and administer the Districts
preferred drug list and supplemental rebate program for its 40,000 fee-for-service beneficiaries.
My administration is 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, Office of Contracting and Procurement, at (202) 724-
8759.
I look forward to the Councils favorable consideration of this contract.
Sincerely,
Muriel 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
(Standard)
(A) Contract Number: CW88488
Proposed Contractor: Magellan Medicaid Administration Inc. (Magellan)
Contract Amount: $1,014,646
Unit and Method of Compensation: Lump sum
Term of Contract: January 1, 2023, through December 31, 2023
Type of Contract: Firm Fixed Price
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:
Base Period Amount: $956,401
(January 1, 2021, through December 31, 2021)
Option Period One Amount: $985,093
(January 1, 2022, through December 31, 2022)
Explanation of difference from base period (if applicable): Preferred drug list and supplemental
rebate costs considered three percent increase in cost every year as the efficiencies in preferred drug
list and supplemental rebate operations are realized.
Option Period Two Amount: $1,014,646
(January 1, 2023, through December 31, 2023)
Explanation of difference from base period: Preferred drug list and supplemental rebate costs
considered three percent increase in cost every year as the efficiencies in preferred drug list and
supplemental rebate operations are realized.
1
Option Period Three Amount: $1,045,085
Explanation of difference from base period: Preferred drug list and supplemental rebate costs
considered three percent increase in cost every year as the efficiencies in preferred drug list and
supplemental rebate operations are realized.
Option Period Four Amount: $1,076,438
Explanation of difference from base period: Preferred drug list and supplemental rebate costs
considered three percent increase in cost every year as the efficiencies in preferred drug list and
supplemental rebate operations are realized.
(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 shall develop and administer the Districts Preferred Drug List (PDL) and
Supplemental Rebate (SR) Program for its 40,000 Fee-for-Service (FFS) beneficiaries.
(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:
Solicitation Number DOC536283 was issued to the public on October 23, 2020, through an RFP.
The solicitation closed on November 13, 2020. On the closing date, the District received one
proposal in response to the solicitation.
The proposal was evaluated in accordance with the evaluation factors as described in the
solicitation, which are listed below.
The evaluation factors consisted of:
Technical Approach and Methodology.
Organization and staffing;
Past Performance; and
Price.
Based upon the findings of the technical evaluation panel and the contracting officers (CO)
independent review of the proposal in accordance with the evaluation factors, the CO determined
that the proposal from Magellan was the most advantageous to the District and that it was in the
best interest of the District that award be made to Magellan.
(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:
None
2
(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:
The contractor is providing services to the satisfaction of the District under the current contract. The
contractor has performed these services for the District since 2015.
Magellan 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 contract. Likewise, it has been determined that Magellan 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 set aside of 35% with a total dollar amount of
$355,126.10. The CO 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:
This requirement is to develop and administer the Districts preferred drug list and supplemental
rebate program for its 40,000 fee-for-service beneficiaries.
(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 in the amount
of $1,014,646.00 is available to support the contract.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The contract was reviewed by the Office of Attorney General and found to be legally sufficient. The
contractor has no pending claims 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 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 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 September 13, 2022, the contractor does not appear on the Office of the 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, dated October 3, 2022
Determination and Findings for Price Reasonableness, dated September 20, 2022
(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: December 1, 2022 Notice Number: L0008444623
MAGELLAN MEDICAID ADMINISTRATION INC FEIN: **-***9793
3 CORPORATE SQ NE FL 6 Case ID: 1358948
ATLANTA GA 30329-2014
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: December 5, 2022
SUBJECT: Certification of Funding for the Magellan PDL Contract
The Office of the Chief Financial Officer hereby certifies that the sum of $1,014,646.00 is included in the
Local Budget and Financial Plan for Fiscal Year 2023 to fund the costs associated with the Department of Health
Magellan PDL contract. This certification supports the PDL Contract during the period
from January 1, 2023 through December 31, 2023. This certification replaces the original provided document on
9/12/2022. The fund allocation is as follows:
Vendor: Magellan DHCF Contract #: CW88488
Fiscal Year 2023 Funding: 01/01/2023-09/30/2023
DIFS
DIFS DIFS DIFS
Agency Fund PCA Index Object Cost Amount
Fund Program Account
Center
HT0 0100 D0300 LD030 0409 1010001 70161 700093 7132001 $418,541.48
HT0 8250 D0300 D03A3 0409 4025002 70161 700093 7132001 $342,443.02
FY 2023 Contract Total: $760,984.50
Fiscal Year 2024 Funding: 10/01/2023-12/31/2023
DIFS
DIFS DIFS DIFS
Agency Fund PCA Index Object Cost Amount
Fund Program Account
Center
HT0 0100 D0300 LD030 0409 1010001 70161 700093 7132001 $139,513.83
HT0 8250 D0300 D03A4 0409 4025002 70161 700093 7132001 $114,147.67
FY 2024 Contract Total: $253,661.50
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
Upon approval dget 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: George A. Schutter
Chief Procurement Officer
Office of Contracting and Procurement
P.P.
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: December 13, 2022
SUBJECT: Approval of Contract Action for Preferred Drug List & Supplemental
Rebate Program Management
Contract Number: CW88488
Contractor: Magellan Medicaid Administration, Inc.
Proposed Option Amount: $1,014,646
__________________________________________________________________________
1. Description of Proposed Contract
The Office of Contracting and Procurement on behalf of the Department of Health Care Finance
(DHCF) proposes exercise of Option Period Two of Contract No. CW88488 (Contract) with
Magellan Medicaid Administration, Inc. (Magellan).
The proposed option period has a term of January 1, 2023, through December 31, 2023. Under
this Contract, Magellan will continue to develop and administer the Districts Preferred Drug
List (PDL) and Supplemental Rebate (SR) program for its 40,000 Fee-for-Service (FFS)
beneficiaries
2. Procurement Process
The District issued a Request for Proposals (RFP) as Solicitation No. Doc536283 on October
23, 2020, to which one offeror responded by the closing date of November 13, 2020. The
Contracting Officer (CO) evaluated the offer against the technical evaluation factors listed in
the RFP and found Magellan to be a responsible offeror and its proposal responsive to the RFP.
Contract No. CW88488 was awarded to Magellan with a base period term from January 1, 2021,
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400 -1-
through December 31, 2022, in the amount of $956,401. OCP exercised Option Period One in
the amount of $985,093 for a period of January 1, 2022, through December 31, 2022.
The instant Council Package seeks approval to exercise Option Period Two of Contract No.
CW88488 with Contract Modification No. M004, in the amount of $1,014,646, for the period
beginning January 1, 2023, through December 31, 2023.
Magellan provided a subcontracting plan with a set-aside of at least 35% with a total dollar
amount of $355,126.10, meeting the Department of Small and Local Business Developments
(DSLBD) requirements.
3. Legal Review
On November 10, 2022, you requested that this office review for legal sufficiency a proposed
contract package, CW88488. We have reviewed and approve the contract package, revised on
December 12, 2022, for legal sufficiency conditioned upon the following:
1. Receipt, prior to execution of the contract, of a Certificate of Insurance that includes all
policies required by the contract.
In accordance with Section 202 of the Procurement Practices Reform Act of 2010, D.C. Law 18-
371, D.C. Official Code 2-352.02, effective April 8, 2011, the Mayor must submit to the Council
for approval this proposed contract, which is over one million dollars.
If you have any questions, please contact Kirti Suri, Assistant Attorney General, at
Kirti.Suri@dc.gov or 202-735-7602.
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400