MURIEL BOWSER
MAYOR
March 20, 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 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 Contract No. CW104674 with Innovative Life Solutions, Inc. in the not-to-exceed
amount of $1,591,905.50. The period of performance is from April 1, 2023 through March 31,
2024.
Under the proposed contract, Innovative Life Solutions, Inc. shall provide residential expenses and
services not covered by Medicaid for individuals with intellectual and developmental disabilities.
My administration is available to discuss any questions you may have regarding the proposed
contract. 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 Council’s favorable consideration of this contract.
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(c), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Standard)
(A) HCA Number: CW104674
Proposed Contractor: Innovative Life Solutions, Inc.
Contract Amount (Base Period): Not-to-exceed (NTE) $1,591,905.50
Unit and Method of Compensation: Each named person will have separate fixed prices, each of
which are totaled and divided by 366 days in the base year,
which produces the fixed daily rate for each person plus a
cost reimbursement component for services not covered by
Medicaid.
Term of Contract: April 1, 2023 through March 31, 2024
Type of Contract: Human Care Agreement (HCA) which becomes a contract
for any issued task order(s).
Source Selection Method: Adhered to the procedures set forth in 27 DCMR §1905,
Human Care Services, through §1907
(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 $1,591,905.50
Option Period One Amount: NTE $1,602,642.51
Explanation of difference from base period (if applicable): Option period one pricing is adjusted
based on an increase in lease amounts of clients receiving supports from the contractor.
Option Period Two Amount: NTE $1,614,292.68
Explanation of difference from base period (if applicable): Option period two pricing is adjusted
based on an increase in lease amounts of clients receiving supports from the contractor.
1
Option Period Three Amount: NTE $1,626,117.61
Explanation of difference from base period (if applicable): Option period three pricing is
adjusted based on an increase in lease amounts of clients receiving supports from the contractor.
Option Period Four Amount: NTE $1,638,860.92
Explanation of difference from base period (if applicable): Option period four pricing is
adjusted based on an increase in lease amounts of clients receiving supports from the contractor.
(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:
Innovative Life Solutions, Inc. (Contractor) shall provide residential services in the base year to
approximately 57 District citizens with intellectual and developmental disabilities. The residential
expenses will be funded by local appropriations in conjunction with residential habilitation or
supported living occupancy-related residential expenses funded by the Medicaid 1915(c) Home and
Community Based Services Waiver. Except for individuals not eligible for Medicaid, the HCA will
cover room, board and other occupancy-related expenses, while Medicaid covers direct care
services including nursing services, basic meal preparation, nutritional services, assessments,
psychiatric services, psychological services, care and maintenance of adaptive equipment,
transportation to and from day programs, medical and court appointments. This HCA provides a
means of economic security and survival in the least restrictive community setting for citizens with
intellectual disabilities in the District of Columbia.
(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 was issued under PASS/ARIBA Doc618139 on August 16, 2022. The
closing date for applications was set for August 26, 2022. Twenty-nine Medicaid Waiver providers
submitted applications in response to the FY 2022 request for qualifications. Of those, nine awards
have been made and 21 are qualified without an active HCA.
The contracting officer certified the financial and professional responsibility of the Contractor
based upon the criteria set forth in 27 DCMR §1905.4. Based upon the criteria outlined in §1905.4,
the ability to maintain the approval of its Medicaid waiver application by the Department on
Disability Services, Developmental Disabilities Administration, Office of Provider Resource
Management and the Department of Health Care Finance, and satisfactory completion of Provider
Certification Reviews for supported living and residential habilitation services, the contracting
officer found the Contractor to be qualified for a HCA.
(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
(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:
(1) The Contractor is a corporation organized for profit and incorporated in the state of Maryland
on October 20, 2003 for the purpose of providing residential and day program services to
persons with disabilities.
2
(2) The Department of Health Care Finance has determined the Contractor qualified to receive
the Medicaid Waiver payments to provide residential habilitation and supported living
services based on the qualifications of staff identified as critical to organizational performance
which include the Chief Executive Officer, Chief Operations Officer, Director of Nursing and
Executive Director. The Medicaid Waiver certification is a prerequisite to qualifying for the
HCA that covers occupancy-related expenses
(3) The Contractor has the necessary financial resources to perform the required supports
according to a review of its Dun & Bradstreet Supplier Qualifier Report printed January 23,
2023.
(4) The Contractor has a satisfactory record of performance on District contracts based on the
past performance evaluation, dated September 29, 2022, prepared by the contract
administrator, the ongoing provider performance, and provider certification reviews.
(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 approved the request for waiver of D.C.
Code § 2-218.46 subcontracting requirements on January 17, 2023.
(H) Performance standards and the expected outcome of the proposed contract:
The performance requirements and expected outcomes are set forth in detail in the HCA. The
Contractor is required to adhere to all policies and procedures established by the Department on
Disability Services, as well as all applicable District, federal and other state and local governmental
laws, regulations, standards or ordinances, any other applicable licensing and permit laws,
regulations, standards, or ordinances as necessary for the lawful provision of required services.
The Contractor is expected to provide a safe, home-like environment in the least restrictive setting
and dependable supports that are necessary for each person’s well-being, independence and social
inclusion, based on each person’s individual support plan, integrating individual preference, choice,
and desired outcomes of services, supports and related activities.
(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 Agency Fiscal Officer provided a Certification of Funding certifying that the funding for
the proposed HCA is available, as provided in the agency budgets and financial plans for
FY2023 and proposed FY2024 budget.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
3
The Office of the Attorney General has reviewed the proposed HCA for legal sufficiency. The
Contractor has no legal claims pending against the District.
(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):
The Citywide Clean Hands database certified the Contractor as being in compliance with the Office
of Tax and Revenue and Department of Employment Services requirements on December 14, 2022.
(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 attests to compliance with federal tax filing requirements by signing the
Bidder/Offer Certification form.
(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 certified as a local, small, disadvantaged, resident-owned, long-time resident,
or enterprise zone-based 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:
The Contractor is not currently debarred from contracting with District or federal governmental
entities based on searches on the Office of Contracting and Procurement Excluded Parties List,
federal System of Award Management database search and the Office of the Inspector General of
the U.S. Department of Health and Human Services database conducted on December 30, 2022.
(Q) 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):
The Determination and Findings for Cost and Price Reasonableness, Use of a Cost Reimbursement
Contract and Contractor Responsibility and Qualification were executed on January 23, 2023.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP website, www.ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP website, www.ocp.dc.gov
4
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 16, 2023 Notice Number: L0008886627
INNOVATIVE LIFE SOLUTIONS INC FEIN: **-***8662
6135 KANSAS AVE NE Case ID: 1424915
WASHINGTON DC 20011-1505
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 Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
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
OFFICE OF THE CHIEF FINANCIAL OFFICER
MEMORANDUM
TO: Marsha Robinson
Contracting Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Anthony L. Young
Agency Fiscal Officer
Office of the Chief Financial Officer
DATE: January 25, 2023
SUBJECT: Certification of Funding Availability for Innovative Life Solutions, Inc.
The Office of the Chief Financial Officer hereby certifies that the sum of $795,952.75 is included in
the District's Local Budget and Financial Plan for Fiscal Year 2023 to fund the costs associated with
the Department on Disability Services’ Human Care Agreement (HCA) Innovative Life Solutions,
Inc. to provide occupancy-related residential expenses for District of Columbia persons with
intellectual and developmental disabilities receiving residential habilitation or supported living
during the period from April 1, 2023, through March 31, 2024. The fund allocation is as follows:
Vendor: Innovative Life Solutions, Inc. Contract # CW104674
Fiscal Year: 2023 Funding: April 1, 2023 to September 30, 2023
Agency Fund Program Cost Center Account Project Award Amount
DDS 1060076 700218 70355 7141002 000000 000000
$795,952.75
FY 2023 Contract Total: $795,952.75
Fiscal Year: 2024 Funding: October 1, 2023 to March 31, 2024
Agency Fund Program Cost Center Account Project Award Amount
DDS TBD TBD TBD TBD TBD TBD $795,952.75
FY 2024 Contract Total: $795,952.75
Upon approval of the District’s local budget and financial plan by the Council and the Mayor,
and completion of the 30-day Congressional layover, funds will be sufficient to pay for fees and
costs associated with the human care agreement. There is no fiscal impact associated with the
human care agreement. Should you have any questions, please contact me at (202) 299-5665.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Tommy Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: March 13, 2023
SUBJECT: Approval of Human Care Agreement for: Occupancy-Related Residential
Expenses
Contractor: Innovative Life Solutions, Inc.
Human Care Agreement No.: CW104674
Contract Type: Human Care Agreement with fixed unit prices, cost-
reimbursement elements and a fixed unit price fee
Contract Amount: NTE $1,591,905.50
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient. If you have any questions in this regard, please do not hesitate to
call me at 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
Government of the District of Columbia
Page of Pages