MURIEL BOWSER
MAYOR
May 19, 2023
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
definitized contract CW101630 with FAR Southeast Family Strengthening Collaborative. The proposed
definitized contract is in the not-to-exceed amount of $1,942,965.86 (inclusive of a letter contract and
modification in the not-to-exceed amount of $979,458.54). The period of performance is from October 1,
2022 through September 30, 2023.
Under the proposed definitized contract, FAR Southeast Family Strengthening Collaborative shall
provide case management services for families in the Department of Human Services Family
Rehousing and Stabilization Program, providing a short-term housing intervention utilized to quickly
house and stabilize families in permanent housing through individualized and time-limited assistance for
families in the District experiencing homelessness.
In order to facilitate a response to any questions you may have regarding the proposed definitized
contract, 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
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
(Letter Contract)
(A) Human Care Agreement (HCA) No.: CW101630
Proposed Provider: FAR Southeast Family Strengthening Collaborative
HCA Amount: Not-to-Exceed (NTE) $1,942,965.86
Unit and Method of Compensation: Fixed Unit Price with an Incentive and Cost Reimbursable
Component – Task Orders Issued under Human Care
Agreement.
Term of HCA: October 1, 2022 through September 30, 2023
Base Period
Type of Contract: HCA under which task orders (contracts) are to be issued
for District requirements.
Source Selection Method: Request for Qualifications (RFQ)
(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: $1,942,965.86 NTE
Option Period One Amount: $1,858,794.98 NTE
An increase from the base period has been anticipated in the compensation portion for the case
management services to cover cost of living increase. The base period included ramp-up cost that is
not included in the option periods.
Option Period Two Amount: $1,859,326.59 NTE
An increase from the base period has been anticipated in the compensation portion for the case
management services to cover cost of living increase. The base period included ramp-up cost that
is not included in the option periods.
1
Option Period Three Amount: $1,859,337.22 NTE
An increase from the base period has been anticipated in the compensation portion for the case
management services to cover cost of living increase. The base period included ramp-up cost that
is not included in the option periods.
Option Period Four Amount: $1,859,337.43 NTE
An increase from the base period has been anticipated in the compensation portion for the case
management services to cover cost of living increase. The base period included ramp-up cost that
is not included in the option periods.
(C) The date on which the letter contract or emergency contract was executed:
October 1, 2022.
(D) The number of times the letter contract or emergency contract has been extended:
Two.
(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:
$979,458.54 NTE
(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 purpose of this HCA is to provide case management services for families in the Department of
Human Services (DHS) Family Rehousing and Stabilization Program (FRSP). The Rapid Re-
Housing program for Families is a research-based and national best practice intervention designed
to help individuals and families quickly exit homelessness and return to permanent housing. The
FRSP provides short-term rental and utility assistance to families experiencing homelessness in
Washington, DC. Families work with FRSP case managers to set goals for greater housing and
economic self-sufficiency.
(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:
An electronic Request for Qualifications (RFQ), Doc600049, was issued in the open market
utilizing the Office of Contracting and Procurement’s (OCP) Procurement Automated Support
System (PASS) on April 26, 2022 and officially closed on June 1, 2022. The District received
twenty-four submissions, in response to Doc600049. Nineteen out of the twenty-four submissions
were deemed qualified to provide case management services for the FRSP. The nineteen providers
that were deemed qualified to perform case management services for the FRSP were notified on
July 28, 2022.
The responses were evaluated according to the qualification criteria set forth in the solicitation. The
qualification criteria are FRSP program design; performance outcomes; performance and staff
management; organizational capacity; and past performance. FAR Southeast Family Strengthening
2
Collaborative met the qualifications indicated in the RFQ and has very good performance providing
similar services through current and prior HCAs with the District.
The contracting officer awarded a letter contract after determining that FAR Southeast Family
Strengthening Collaborative was qualified, responsible, and the proposed price was determined to
be fair and reasonable. A definitized HCA will be awarded to FAR Southeast Family Strengthening
Collaborative, contingent upon Council approval.
(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:
None.
(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:
FAR Southeast Family Strengthening Collaborative is an experienced provider with the homeless
population, providing case management services and has the necessary organizational structure,
experience, technical skills, and operational controls to perform the requirements of the HCA. FAR
Southeast Family Strengthening Collaborative has demonstrated knowledge and experience
working with the consumer population as evident with similar case management contracts for FSRP
clients.
FAR Southeast Family Strengthening Collaborative has financial stability and can adequately
obtain the resources required for the support services of this contract. This evidence is provided
from the contractor’s financial history as reported by Dun and Bradstreet Business Report;
completed on April 5, 2023.
(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:
A subcontracting plan waiver, waiving the 35% subcontracting requirement, for the base period was
approved on March 8, 2022, by the Department of Small and Local Business Development
(DSLBD).
(K) Performance standards and the expected outcome of the proposed contract:
The District expects the provider to provide case management services for families in the DHS
Family Rehousing and Stabilization Program (FRSP). The FRSP is a short-term housing
intervention utilized to quickly house and stabilize families in permanent housing through
individualized and time-limited assistance. Providers are expected to serve a minimum of 150
3
families. In Section F. of the HCA, the District outlined the required deliverables that the
contractor is responsible for providing. The goal of this program is to stabilize families after they
have experienced homelessness and to develop and implement a plan for long-term housing
stability.
(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:
$600,000 NTE on October 1, 2022.
$379,458.54 NTE on March 10, 2023.
(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:
Per the Funding Certification, the agency’s Associate Chief Financial Officer certified that funds in
the required amount are available to fund the services.
(N) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed definitized HCA with FAR Southeast Family Strengthening Collaborative has been
reviewed for legal sufficiency by the Office of the Attorney General and has been determined to be
legally sufficient.
The proposed contractor does not have any currently 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 the contractor is current with its District taxes, as of
April 18, 2023.
(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:
Based on information contained in the Bidder Offeror certification form, FAR Southeast Family
Strengthening Collaborative has certified that it is current with its federal taxes and does not have
any outstanding debt to the federal government.
4
(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.:
The provider is not a certified local, small, or disadvantaged business enterprise.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(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:
FAR Southeast Family Strengthening Collaborative is not debarred or suspended from Federal or
District procurements, based on searches of the District Office of Contracting and Procurement
(OCP) excluded parties list, Office of Inspector General (OIG) exclusion database, System for
Award Management (SAM) database conducted on April 5, 2023.
(T) Any determination and findings issued relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
- Determination and Findings for Human Care Agreement; dated April 27, 2022.
- Determination and Findings for Authorizing the Use of a Letter Contract; dated September 30,
2022.
- Determination and Findings for Contractor’s Responsibility; dated September 30, 2022.
- Determination and Findings for Contractor's Responsibility; dated April 20, 2023.
- Determination and Findings for Cost-Reimbursement; dated September 30, 2022.
- Determination and Findings for Price Reasonableness; dated September 30, 2022.
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract is available on the Office of Contracting and Procurement website, www.ocp.dc.gov.
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
The solicitation and its amendments are available on the Office of Contracting and Procurement
website, www.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: April 18, 2023 Notice Number: L0009444500
FAR SOUTHEAST FAMILY STRENGTHENING COLLABORAT FEIN: **-***7070
2006 MARTIN LUTHER KING JR AVE SE Case ID: 1495086
WASHINGTON DC 20020-7008
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
DEPARTMENT OF HUMAN SERVICES
Office of the Agency Fiscal Officer
MEMORANDUM
TO: George A. Schutter III
Contracting Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Hayden Bernard
Agency Fiscal Officer
Department of Human Services
DATE April 04, 2023
SUBJECT: Certification of Funding Availability for FAR Southeast Family Strengthening Collaborative
Contract # CW101630
The Office of the Chief Financial Officer hereby certifies that the sum of $1,942,965.86 is included in the District’s
Local Budget and Financial Plan for Fiscal Year 2023 to fund the costs associated with the Department of Human
Services Contract with FAR Southeast Family Strengthening Collaborative for Case management services for Family
Rehousing Stabilization Program. This certification supports the FAR Southeast Family Strengthening Collaborative
contract during the period from 10/1/2022 – 09/30/2023. The fund allocation is as follows:
Vendor: FAR Southeast Family Strengthening Collaborative Contract #: CW101630
Fiscal Year 2023 Funding: 10/1/2022- 9/30/2023
DIFS
DIFS DIFS DIFS Project
Agency Fund Index PCA Object Cost Award Project Amount
Fund Program Account Task
Center
JA0 100 AHFRR HCRRF 501 1010001 70343 700198 7141002 N/A N/A N/A $576,304.88
JA0 8158 APMHI PSH61 501 4015918 70346 700193 7141002 2001127 201396 10.02 $1,366,660.98
FY 2023 Contract Total: $1,942,965.86
There is no fiscal impact associated with the contract. Should you have any questions, please contact me at (202)
671-4240.
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: May 17, 2023
SUBJECT: Approval of Base Period for Case Management Services for Families in DHS
Family Rehousing and Stabilization Program
Human Care Agreement Number: CW101630
Contractor: FAR Southeast Strengthening Collaborative
Propo