MURIEL BOWSER
MAYOR
June 5, 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 letter Contract No. CW105039 with Anchor Mental Health Association, Inc.
in the not-to-exceed amount of $1,500,000. The period of performance is from February 1, 2023
through January 31, 2024.
Under the proposed contract, Anchor Mental Health Association, Inc. shall provide mental health
rehabilitation services.
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 of the Office of Contracting and Procurement, at (202)
724-8759.
I look forward to the Council’s favorable consideration of this contract.
Sincerely,
Muriel Bowser
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) Contract Number: CW105039
Proposed Contractor: Anchor Mental Health Association, Inc. (Anchor)
Contract Amount (Base Period): not-to-exceed (NTE) $1,500,000
Unit and Method of Compensation: Fixed unit rate with prices and services established
in Title 29, Chapter 52 of DCMR
Term of Contract: February 1, 2023 – January 31, 2024
Type of Contract: Human Care Agreement
Source Selection Method: Request For Qualification (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: NTE $1,500,000
Option Period One Amount: NTE $1,500,000
Option Period Two Amount: NTE $1,500,000
Option Period Three Amount: NTE $1,500,000
Option Period Four Amount: NTE $1,500,000
(C) The date on which the letter contract or emergency contract was executed:
February 1, 2023.
(D) The number of times the letter contract or emergency contract has been extended:
One.
1
(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:
NTE $495,000.
(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:
Anchor shall provide Mental Health Rehabilitation Services (MHRS) for authorized Department of
Behavioral Health (DBH) consumers, which includes diagnostic/assessment, medication/somatic
treatment, counseling, crisis/emergency services, clinical care coordination, and community support.
(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:
The contracting officer (CO) received 27 responses on the due date December 14, 2022, to the RFQ
solicitation, issued on November 10, 2022. The vendors were evaluated in accordance with 27 DCMR
Section 1905.4, including a review of their capability, resumes, professional qualifications of the
business, and the organization's staff, and relevant professional and/or business licenses. Anchor met
the qualifications indicated in the RFQ and this provider has satisfactory performance providing
MHRS to DBH consumers, through current and prior human care agreements with the District.
The CO awarded a letter contract, after determining that Anchor was qualified and that the proposed
prices which are established prices in Title 29, Chapter 52 of DCMR, were fair and reasonable.
(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:
Anchor is an experienced provider of MHRS and has the necessary organizational structure,
experience, technical skills, and operational controls to perform the requirements of the human care
agreement. Anchor has demonstrated knowledge and experience working with the consumer
population and has completed the necessary DBH provider training to support successful outcomes
for DBH consumers. Furthermore, DBH has confirmed that the provider has maintained a MHRS
certification in good standing.
(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.
2
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 a waiver of the 35%
subcontracting requirement.
(K) Performance standards and the expected outcome of the proposed contract:
Anchor shall provide MHRS as a DBH certified provider as described in Section C of the proposed
contract. The expected outcome of the proposed contract is that DBH consumers will receive MHRS
which will improve their quality of life, mental health, and wellbeing.
(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:
$495,000, February 1, 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:
The DBH Agency Fiscal Officer certified that funding in the amount of $1,500,000 is available.
(N) A certification that the contract is legally sufficient, including whether the proposed contractor
has any pending legal claims against the District:
The Office of the Attorney General has determined that the proposed definitized contract with Anchor
is legally sufficient and the contractor has no pending legal claim 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 certification dated March 29, 2023, verifies the contractor’s compliance
with District taxes.
(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 self-certified, via Bidders/Offerors certification form, that it is current with its
federal taxes.
3
(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 contractor is not a District 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:
The contractor is not currently debarred from providing services to any government entity. The
contractor does not appear as an excluded party on the District Excluded Parties List, the Office of
the Inspector General Exclusions Database, or the Federal 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):
Determination and Findings for Contractor Responsibility
Determination and Findings for Price Reasonableness
Determination and Findings for Letter Contract
(U) Where the contract, and any amendments or modifications, if executed, will be made available
online:
http://ocp.dc.gov
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
http://ocp.dc.gov
4
()8784ÿÿ458ÿ 474ÿÿ*
+8ÿÿ458ÿ58ÿ *ÿ+87 0010ÿ345ÿ6478849ÿ6
+8ÿÿ,-ÿ.ÿ/8)88ÿ 549ÿÿ113
48ÿÿ48 75ÿ9ÿ1 48ÿ8711130
01+/ÿ!,0ÿ1!0,1ÿ066+ÿ" !"ÿ##$###3%&
3ÿ(ÿ6,ÿ 8ÿ"ÿ03%1%3
061"(,+ÿÿÿ1110$3&
ÿ ÿ
<=>?@A@