MURIEL BOWSER
MAYOR
June 12, 2023
Honorable Phil Mendelson
Chairman
Council ofthe 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 202of the Procurement Practices Reform Act of 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Councilof the District of Columbia is
proposed Modification No. M0006 to Contract No. CW100369 with MBI Health Services, LLC
to exercise option year one in the not-to-exceed amount of $2,947,118.96. The period of
performance is from July 1, 2023 through June 30, 2024.
Under the proposed modification, MBI Health Services, LLC shall continue to provide Permanent
Supportive Housing III program case management services, utility assistance, and financial
assistance to chronically homeless and other highly vulnerable individuals and families
experiencing homelessness.
My administration is available to discuss any questions you may have regarding the proposed
option period one contract. In order to facilitate a response to any questions you may have, please
have your staff contact Mare Scott, Chief Operating Officer of the Office of Contracting and
Procurement, at (202) 724-8759.
I look forward to the Council’s favorable considerationofthis contract.
Sincerely,
Murid| Bows
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 and multiyear)
(A) Contract Number: CW100369
Proposed Contractor: MBI Health Services, LLC
Contract Amount: Not-to-Exceed (NTE) $2,947,118.96
Unit and Method of Compensation: Fixed Unit Price with Cost Reimbursable Component – Task
Orders Issued under Human Care Agreement (HCA)
Term of Contract: July 1, 2023 through June 30, 2024
Option Period One
Type of Contract: HCA under which task orders (contracts) are to be issued for
District requirements.
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 $2,550,228.30
Base Period deemed approved by the Council: (A25-0022)
Option Period One Amount: NTE $2,947,118.96
Explanation of difference from base period (if applicable): There is an increase in clients to be
served in the option period as a result of additional housing vouchers approved by Council during
the base period.
1
Option Period Two Amount: NTE $2,947,118.96
Explanation of difference from base period (if applicable): There is an increase in clients to be
served in the option period as a result of additional housing vouchers approved by Council during the
base period
Option Period Three Amount: NTE $2,947,118.96
Explanation of difference from base period (if applicable): There is an increase in clients to be
served in the option period as a result of additional housing vouchers approved by Council during the
base period.
Option Period Four Amount: NTE $2,947,118.96
Explanation of difference from base period (if applicable): There is an increase in clients to be
served in the option period as a result of additional housing vouchers approved by Council during the
base period.
(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:
MBI Health Services, LLC provides Permanent Supportive Housing III program case management
services, utility assistance, and financial assistance to chronically homeless and other highly
vulnerable individuals and families experiencing homelessness.
The purpose of this program is to help residents who have histories of chronic homelessness move
from the street or temporary living situation into stable and permanent housing; maintain long-term
housing and gain self-sufficiency. The success of the aforementioned will be achieved by referring
and connecting participants to supportive services who will address their barriers to obtaining and
maintaining permanent housing and an optimum level of self-sufficiency.
(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:
An electronic RFQ DOC575024 was issued in the open market utilizing the Office of Contracting
and Procurement’s (OCP) Procurement Automated Support System on April 11, 2022, with a
closing date of May 17, 2022. The District received a total of 28 submissions. Twenty-three of the
28 responses were deemed qualified. Twenty-two providers are currently awarded HCAs.
The proposal was evaluated in accordance with the qualification criteria outlined in
Doc575024. The qualification evaluation factors were Permanent Supportive Housing Program
Design, Case Management, Organizational Capacity and Past Performance. Based on the
consensus and the contracting officer’s independent assessment, MBI Health Services, LLC
met all criteria, and therefore was deemed qualified and issued an HCA.
2
(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:
No protests were received.
(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:
MBI Health Services, LLC currently provides case management services to participants in the
District of Columbia’s Permanent Supportive Housing III program. The program is designed to help
residents who have histories of chronic homelessness move from the street or temporary living
situation into stable and permanent housing.
MBI Health Services, LLC has adequate financial resources to perform the required services and
the ability to obtain those resources. The evidence is provided from the provider’s financial history
as reported by Dun and Bradstreet Business Report completed on May 1, 2023. The provider has
provided the same or similar services for the District and received excellent performance ratings.
This evidence is provided in their past performance evaluation submitted on May 17, 2022.
(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:
MBI Health Services, LLC is a Certified Business Enterprise (CBE) under the District’s
Department of Small and Local Business Development; and is self-performing.
(H) Performance standards and the expected outcome of the proposed contract:
The District expects MBI Health Services, LLC to continue to provide permanent supportive
housing and case management services. In Section C.10.1 of the HCA, the District outlined the
required deliverables that the provider is responsible for providing. The goal of this program is to
assist those persons who are homeless to obtain permanent supportive housing.
(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.
3
(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 Associate Chief Financial Officer certified that the funds are available in the budget.
(K) 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 this contract to be legally sufficient.
MBI Health Services, LLC does not currently have any pending legal claims 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 indicates the provider is current with its District taxes, as of
May 1, 2023.
(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:
Based on information contained in the Bidder/Offeror certification form, MBI Health Services,
LLC has certified that it is current with its federal taxes and does not have any outstanding debt to
the federal government.
(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.:
MBI Health Services, LLC is a certified local, small business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
4
(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:
Based on searches of the District Office of Contracting and Procurement (OCP) Excluded Parties
List and the System for Award Management (SAM) database conducted on May 1, 2023, MBI
Health Services, LLC is not debarred or suspended from Federal or District procurements.
(Q) 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 Contractor’s Responsibility; dated May 03, 2023.
(R) 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.
(S) 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
ke He Ke Government
oftheDistrictofColumbia
Ma (Office of the Chief Financial Officer 1101 4% Street, SW
Gm Office ofTax and Revenue ‘Washington, DC 20024
Date of Notice: May 1, 2023, Notice Number: 10009549801 =
MBI HEALTH SERVICES, LLC FEIN: **-***0468
4017 MINNESOTA AVENUE NE Case ID: 1501183
WASHINGTON DC 20019
CERTIFICATE
OFCLEANHANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. Asofthe date above, the individual/entity has complied with DC Code § 47-2862, therefore
this Certificate ofClean 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)
§ 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 ofClean Hands” hyperlink under the Clean Hands section.
11101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.g0v
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF HUMAN SERVICES
Office of the Agency Fiscal Officer
MEMORANDUM
TO: Nancy Hapeman
Interim 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 May 10, 2023
SUBJECT: Certification of Funding Availability for MBI Contract # CW100369
The Office of the Chief Financial Officer hereby certifies that the sum of $632,043.32 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 MBI for Case management services for the Permanent Supportive Housing Program. This
certification supports the MBI contract during the period from 07/01/23 – 06/30/2024. The fund allocation is as
follows:
Vendor: MBI Contract #: CW100369
Fiscal Year 2023 Funding: 7/1/2023- 9/30/2023
DIFS
DIFS DIFS DIFS
Agency Fund Index PCA Object Cost Amount
Fund Program Account
Center
JA0 100 AHYPS FYPSH 501 1010001 70344 700194 7141002 $284,937.22
JA0 100 AHSOI HHC75 501 1010001 70349 700182 7141002 $52,601.96
JA0 100 AHICH FCICH 501 1010001 70350 700185 7141002 $20,000.00
JA0 100 APHSO HHC45 501 1010001 70349 700188 7141002 $274,504.14
FY 2023 Contract Total: $632,043.32
Fiscal Year 2024 Funding: 10/1/2023-6/30/2024
DIFS
DIFS DIFS DIFS
Agency Fund Index PCA Object Cost Amount
Fund Program Account
Center
JA0 100 APSHI PSH61 501 1010001 70346 700193 7141002 $2,315,075.64
FY 2024 Contract Total: $2,315,075.64
Upon approval of the District’s Local Budget 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) 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 30, 2023
SUBJECT: Approval of Option Period 1 for Case Management Services for Families in
DHS’ Permanent Supportive Housing III Program
Contract Number: CW100369
Contractor: MBI Health Services, LLC
Contract Amount: NTE $2,947,118.96
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient with the condition that the vendor’s Certificate of Insurance
demonstrates that the vendor has the coverage required by the Human Care Agreement, and the
vendor’s First Source Agreement must be for this current period of performance. If you have any
questions in this regard, please do not hesitate to call me at (202) 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
T. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW100369 7 3
2, AmendmentModiicaton Number| 3, Effecive Date 7, RequisiionPurchase Request No. ] 5. Soiclalon Caption