MURIEL BOWSER
MAYOR
March 3, 2023
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 definitized Contract No. DCAM-21-CS-RFP-0016 with SORG and Associates, P.C. in
the amount of $1,690,000.00 (including an existing letter contract amount of $950,000). The
contract’s period of performance is from September 22, 2022 through August 31, 2027.
Under the proposed contract, SORG and Associates, P.C. will provide all architectural and
engineering services required for the New York Avenue shelter project located at 1201 New York
Avenue NE, Washington, DC 20002.. The facility will be capable of converting program space to
accommodate a 100-bed hyperthermia/hypothermia area during extreme weather periods.
If you have any questions regarding this contract, please contact Keith A. Anderson, Director,
Department of General Services (“DGS”), or George G. Lewis, DGS’s Chief of Contracts and
Procurement, at (202) 727-2800.
I look forward to the Council’s favorable consideration of this contract.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Pursuant to Section 202(c-1) 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
Letter Contract and Proposed Contract for Architectural and Engineering Services for New York
Avenue Shelter
(A) Contract Number: DCAM-21-CS-RFP-0016 (the “Contract”)
Proposed Contractor: SORG and Associates, P.C. (the “Contractor”)
Letter Contract: $950,000
Aggregate Amount of Letter
Contract and Proposed Contract: $1,690,000
Total Proposed Contract Amount: $1,690,000
Unit and Method of Compensation: Progress payments on a monthly basis
Term of Contract: September 22, 2022, the date of execution of the
Letter Contract, through the Administrative Term
date of August 31, 2027.
Type of Contract: Firm Fixed Price
Source Selection Method: Competitive Request for Proposals (“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:
Not applicable.
1
(C) The date on which the letter contract or emergency contract was executed:
A letter contract with the Contractor was executed by the Department of General Services (the
“Department”) on September 22, 2022 (the “Letter Contract”).
(D) The number of times the letter contract or emergency contract has been extended:
Modification No. 1 to the Letter Contract, executed on December 13, 2022, extended the Letter
Contract from December 31, 2022 to March 31, 2023, or the effective date of the proposed
Contract, whichever is sooner.
(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 services provided to date under the Letter Contract is $950,000, which
represents the not-to-exceed (“NTE”) 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:
The Contractor shall provide a full range of architectural and engineering services necessary for
the new shelter is envisioned as a 360-bed facility to house five discrete programs: 1)
Working/Employment; 2) Seniors/Medically Frail/Medical Respite; 3) Health Clinic; 4) Low
Barrier; and 5) Daytime Service Center. The facility will be capable of converting program space
to accommodate a 100-bed Hyperthermia/Hypothermia Area during extreme weather periods. The
Project construction must achieve substantial completion by June 30, 2026.
The Contract contains a lump sum price of $1,690,000.00. As the proposed amount of the Contract
exceeds $1 million, Council approval is required for this contract action.
(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 November 16, 2021, the Department posted this Request for Proposals ("RFP") on the
Department’s website for offerors interested in serving as the architect/engineer for the New York
Avenue Shelter located at 1201 New York Avenue NE, Washington, DC 20002.
Six (6) Addenda were issued.
Addendum No. 1 – Issued on November 17, 2021:
- The RFP cover page was revised.
Addendum No. 2 – Issued on November 18, 2021:
- The Pre-Proposal Conference was rescheduled for December 2, 2021 at 10:00 a.m. and
the site visit was rescheduled for December 3, 2021 at 11:00 a.m.
2
Addendum No. 3 – Issued on December 6, 2021:
- The due date for questions about the RFP was extended to December 13, 2021.
- The due date for proposals was extended to January 6, 2022.
- List of Pre-Proposal Conference attendees were posted.
Addendum No. 4 – Issued on December 23, 2021:
- The due date for proposals was extended to January 20, 2022.
Addendum No. 5 – Issued on January 14, 2022:
- The due date for proposals was extended to January 28, 2022.
Addendum No. 6 – Issued on January 20, 2022:
- The responses to questions about the RFP were provided.
- Paragraphs A.3 and B of the Scope of Work (SOW) were revised and drawings of the
DC Animal Shelter Drawings were provided.
On the Proposals’ due date, January 28, 2022, fourteen (14) firms (collectively, the "Offerors" and
each individually, an "Offeror") submitted Proposals in a timely manner.
Proposals Evaluations Process:
Proposals were examined to determine whether or not they met all the requirements of the RFP.
Proposals were then scored on a scale of zero (0) to one hundred twelve (112) points. The (112)
points include (80) points for the technical criteria, (20) points for pricing and up to (12) points
based on the Offeror’s status as a CBE.
Technical Evaluation Process:
The Proposals were evaluated by a Technical Evaluation Panel (TEP or Panel) in accordance with
the following evaluation criteria:
a) Past Performance on contracts with the District, other governmental entities, and
private industry in terms of cost control, quality of work, and compliance with
performance schedules – A/E and sub-consultants (20 points)
b) Professional qualifications necessary for satisfactory performance of the required A/E
services (20 Points)
c) Specialized Experience and Technical Competence in the type of work required under
this RFP– A/E and its sub-consultants Key Personnel (20 points)
d) Capacity to accomplish the work in the required time – A/E and its sub-consultants Key
Personnel (10 points)
e) Acceptability of Design Approach and Management Plan (30 points)
f) DSLBD Preference Points (up to 12 Points)
The Panel met on March 28, 2022, to develop the consensus technical score for each Offeror.
Prior to convening for the evaluation meeting, each member of the Panel individually
completed an evaluation of the proposals. In doing so, each TEP member rated each Offeror
with respect to specific subfactors in the 6 ratings.
3
In developing the consensus score, the Panel discussed the details of each of the proposals in
light of the evaluation factors. Following the Panel’s discussions and consensus ratings of the
Offerors, the ratings were converted to numbers. Discussions were held with top three (3) firms.
The top three firms provided presentations. The Panel met for the final consensus meeting on
April 1, 2022 to develop the final consensus technical score for the top three Offerors. The
Panel’s ratings were converted into numerical rankings. SORG and Associates, P.C. was
determined to be the top ranked Offeror.
Total Technical Points after Presentations:
As a result of the presentations, the Technical Evaluation Panel reexamined the technical points
for each Offeror. Preference points were again applied to each Offeror. Based on this, a selection
report was delivered by the Technical Evaluation Panel to the Department's Contracting Officer
whereby SORG and Associates, P.C., was the highest ranked Offeror and was recommended as
the most qualified Offeror to perform the requested services.
Contracting Officer’s Independent Evaluation:
The DGS Contracting Officer, after carefully reviewing the evaluation process followed by the
Panel, their notes and scoresheets, and their final consensus technical evaluation, conducted an
independent assessment of each of the proposals. In addition, the Contracting Officer also found
the proposed pricing to be fair and reasonable (as explained below). The Contractor was the
highest-scoring Offeror; thus, the Contracting Officer awarded the Contract to the Contractor.
Negotiation and Determination of Fair and Reasonable Price:
The Contracting Officer examined the fee/price proposal submitted by SORG Associates, P.C, and
determined that the overall proposed price submitted by SORG and Associates, P.C in the amount
of $1,690,000.00 was within the IGCE and is fair and reasonable and accordingly a mutually
satisfactory contract was successfully concluded with SORG and Associates, P.C.
Contract Award:
On September 22, 2022, the Department awarded Letter Contract No. DCAM-21-AE-0016 to the
Contractor as such award was determined to be most advantageous to the District.
(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.
4
(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 is a certified Small Business Enterprise (“SBE”), Washington, DC based firm and
has performed satisfactorily on previous projects with the District. The Contractor provides
complete professional architectural services and is dedicated to pursuing design excellence across
a range of project types and scales. The Contractor possesses the financial stability to successfully
perform the Project and has provided a staffing plan for the Project which has been reviewed and
approved by the Department. The Contractor has been 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’s subcontracting plan meets the minimum requirements of the Act as follows:
Contract Dollar Value $1,690,000.00
Contractor Self-Performing Amount $1,045,792.00
Total Available for Subcontracting $644,208.00
Subcontracting Requirement % 35%
Subcontracting Plan Required Dollar Value $225,575.80
Subcontracting Plan Actual Dollar Value $644,208.00
(K) Performance standards and the expected outcome of the proposed contract:
The Contractor is required to provide the full range of architectural and engineering services
required for the Project necessary to achieve all contractual design deliverable milestones and
allow the general contractor to substantially complete the Project no later than June 30, 2026. The
Contractor’s performance will be monitored by DGS staff and DGS’ designated Program Manager.
Additionally, the Contractor must adhere to the terms and conditions of and the Standard Contract
Provisions for use with District of Columbia Government Architectural/Engineering Services
contracts.
(L) 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:
The Letter Contract executed by the Department on September 22, 2022 provides for an initial
NTE amount of $950,000.00, which represents the total expenditure of funds authorized to date.
5
(M) 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 Office of the Chief Financial Officer has certified that the proposed Contract’s amount is
consistent the Department’s budget and that adequate funds are available in the Department’s
budget in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02. The applicable Fiscal
Sufficiency certification accompanies this Council Package.
(N) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Letter Contract and proposed Contract have been deemed legally sufficient by the
Department’s Office of the General Counsel and the Contractor does not appear to have any current
pending legal claims against the District.
(O) 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):
The Citywide Clean Hands database indicates that the Contractor is in compliance with the
Government of the District of Columbia tax laws and regulations. The applicable Clean Hands
certification for the Contractor accompanies this Council Package.
(P) 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.
(Q) 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.:
According to the DSLBD’s website, the Contractor is a certified Local, and Resident Owned
Business Enterprise. The Contractor’s CBE Number is LSZXR60872082024 with an expiration
date of August 3, 2024.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
6
(S) 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:
The Contractor is not debarred from providing services to the Government of the District of
Columbia or the Federal Government according to the Office of Contracts and Procurement’s
Excluded Parties List and the Federal Government’s Excluded Parties List.
(T) Any determination and findings issues relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
Not applicable.
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Contract award information is available on the Department’s website. Copies of contract
documents will be made available on the Department’s website, if approved.
(V) Where the original solicitation, and any amendments or modifications, will be made
available online:
The original solicitation and any amendments were posted on the Department’s website.
(W) A certification that the proposed contractor has not been determined to be in violation of
D.C. Official Code § 1-1163.34a:
N/A - this Contract was executed prior to the D.C. Official Code § 1-1163.34a effective date.
7
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: February 10, 2023 Notice Number: L0008732651
SORG AND ASSOCIATES P C FEIN: **-***9037
2339 MASSACHUSETTS AVE NW Case ID: 1411843
WASHINGTON DC 20008-2803
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