MURIEL BOWSER
MAYOR
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
definitive Contract No. CW104284 with Sysco Baltimore, LLC. in the not-to-exceed amount of
$1,899,148.85. The period of performance is from March 10, 2023 through March 9, 2024.
Under the proposed contract, Sysco Baltimore, LLC shall provide food and food related equipment and
supplies to Saint Elizabeths Hospital.
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
Enclosure
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: CW104284
Proposed Contractor: Sysco Baltimore, LLC (Sysco)
Contract Amount (Base Period): not-to-exceed (NTE) $1,899,148.85
Unit and Method of Compensation: Fixed unit rate
Term of Contract: March 10, 2023 – March 9, 2024
Type of Contract: Indefinite Quantity Indefinite Delivery
Source Selection Method: Cooperative Purchasing Agreement
(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 $1,899,148.85
Option Period One Amount: NTE $1,899,148.85
Option Period Two Amount: NTE $1,899,148.85
Option Period Three Amount: NTE $1,899,148.85
Option Period Four Amount: NTE $1,899,148.85
(C) The date on which the letter contract or emergency contract was executed:
March 10, 2023
(D) The number of times the letter contract or emergency contract has been extended:
None
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:
$684,981.06
(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:
Sysco will provide food and food related products including paper supplies, kitchen related
preparation equipment and cleaning supplies to Saint Elizabeths Hospital.
(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 did not procure this through competitive procurement process. It was
determined to be in the best interest of the District to procure this utilizing a cooperative purchasing
agreement by leveraging the Sourcewell cooperative agreement contract with Sysco, in accordance
with the DC Official Code Section 2-354.11. The contracting officer sought and received the Chief
Procurement Officer’s approval for the cooperative purchasing agreement.
The contracting officer reviewed the prices, past performance and financial stability of Sysco’s
current contract with Sourcewell and determined that Sysco was responsible, and the proposed prices
were fair and reasonable. As a result, the contracting officer recommended issuing a task order against
Sysco current cooperative contract with Sourcewell. The contracting officer awarded a letter contract,
until the definitized task order is approved by Council.
(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:
Sysco is an experienced provider of food and food related products and has the necessary
organizational structure, experience, technical skills, and operational controls to perform the
requirements of the task order agreement. Sysco is a global leader in selling, marketing and
distributing food products to restaurants, healthcare and educational facilities, lodging establishments
and other customers who prepare meals away from home. The family of products also includes
equipment and supplies for the food service and hospitality industries. Sysco operates 333 distribution
facilities worldwide and serves approximately 700,000 customer locations.
2
(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 subcontracting requirement is not applicable for this procurement.
(K) Performance standards and the expected outcome of the proposed contract:
Sysco shall provide food and food related products to Saint Elizabeths Hospital as described in the
scope of work of the proposed contract. The expected outcome of the proposed contract is to meet
the dietary needs of the patients which will help facilitate their treatment and maintain their 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:
$684,981.06, 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:
The DBH Agency Fiscal Officer certified that funding in the amount of $1,899,148.85 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 Sysco
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 27, 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:
3
The contractor has self-certified, via Bidders/Offerors certification form, 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.:
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
Determination and Findings for Cooperative Purchase Agreement
(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
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: March 27, 2023 Notice Number: L0009367553
SYSCO FOOD SERVICES OF BALTIMORE, LLC FEIN: **-***6318
24500 HIGHWAY 290 Case ID: 1460956
CYPRESS TX 77429-1092
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 Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Nancy Hapeman
Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: June 16, 2023
SUBJECT: Approval of Contract Action for Food and Food Preparation Equipment &
Supplies for St. Elizabeths Hospital
Human Care Agreement Number: CW104284
Contractor: Sysco Baltimore, LLC
Proposed Human Care Agreement Amount: NTE $1,899,148.85
__________________________________________________________________________
1. Description of Proposed Contract
The Office of Contracting and Procurement (“OCP”) on behalf of the Department of Behavioral
Health (“DBH”) issued Letter Contract CW104284 to Sysco Baltimore, LLC (“Sysco” or
“Contractor”). OCP now seeks approval of the definitized contract, merging with and
incorporating the letter contract.
Under the Contract, Sysco is to provide food and food related products including paper supplies,
kitchen related preparation equipment and cleaning supplies to Saint Elizabeths Hospital.
The Contract is an indefinite delivery indefinite quantity (“IDIQ”) contract, under which task
orders are to be issued as requirements arise, based on fixed unit prices. The District shall be
obligated only to the extent that authorized purchases are made by task orders pursuant to this
contract. The base period term is March 10, 2023, through March 9, 2024, with four option
periods to follow if exercised.
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400 -1-
OCP executed the letter contract on March 9, 2023, with an initial term of 120 days (July 7,
2023), and amount of Not To Exceed (“NTE”) of $684,981.06. The definitized contract amount
will be NTE $1,899,148.85.
OCP now seeks approval of the definitized contract, executing the full term of March 10, 2023,
through March 9, 2024, and the full contract base period amount of NTE $1,899,148.85.
2. Procurement Process
The Contracting Officer (“CO”) determined it is in the best interest of the District to procure
these requirements utilizing a cooperative purchasing agreement, by leveraging the Sourcewell
cooperative agreement contract with Sysco, in accordance with the DC Official Code Section 2-
354.11. The Chief Procurement Officer’s approved the use of the cooperative purchasing
agreement.
The Contracting Officer reviewed the prices, past performance, and financial stability of Sysco’s
current contract with Sourcewell, and determined that Sysco was responsible, and the proposed
prices were fair and reasonable, and issued D&F’s detailing both determinations. The agency
fiscal officer certified that funds are available for this contract. Certified Business Enterprise
(“CBE”) subcontracting requirements are not applicable to cooperative purchase agreement
procurements.
3. Legal Review
On June 6, 2023, you requested that this office review for legal sufficiency this proposed contract
package. We have reviewed and approve this contract package, revised on June 16, 2023, for legal
sufficiency, subject to the conditions that 1) the certificate of insurance is updated with all
necessary policies listed in the contract and 2) the letter contract be added to the list of incorporated
documents in section 10 of the definitized contract, prior to expiration of the letter contract term.
In accordance with Section 202 of the Procurement Practices Reform Act of 2010, D.C. Law 18-
371, D.C. Official Code § 2-352.02, effective April 8, 2011, the Mayor must submit to the Council
for approval this proposed contract, which is over one million dollars.
If you have any questions, please contact Kirti Suri, Assistant Attorney General, at
Kirti.Suri@dc.gov or 202-735-7602.
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400 -2-
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: June 16, 2023
SUBJECT: Approval of Contract Action for Food and Food Preparation Equipment &
Supplies for St. Elizabeths Hospital
Human Care Agreement Number: CW104284
Contractor: Sysco Baltimore, LLC
Proposed Human Care Agreement Amount: NTE $1,899,148.85
______________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced contract action and that we
have found it to be legally sufficient, with the conditions that 1) the certificate of insurance is
updated with all necessary policies listed in the contract and 2) the letter contract be added to the
list of incorporated documents in section 10 of the definitized contract, prior to expiration of the
letter contract term.
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 9100, Washington, DC 20001 (202) 727-3400
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF BEHAVIORAL HEALTH
Office of the Chief Financial Officer
MEMORANDUM
TO: Laura Vargas
Contracting Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Adran Reid
Agency Fiscal Officer
Department of Behavioral Health
DATE May 31, 2023
SUBJECT: Certification of Funding Availability for amount of $1,899,148.85
Contractor: Sysco Baltimore, LLC
The Office of the Chief Financial Officer hereby certifies that the sum of $1,899,148.85 is included in the District’s
Local Budget and Financial Plan submitted to Congress by the Chairman of the Council to the Speaker of the House
of Representatives for Fiscal Year 2023 and Fiscal Year 2024 to fund the costs associated with the Department of
Behavioral Health contract with Sysco Baltimore, LLC relating to supply and delivery of food and food related
products. This certification supports the contract during the period from March 10, 2023, through March 9, 2024.
The fund allocation is as follows:
Vendor: Sysco Baltimore, LLC Contract #: CW104284
Fiscal Year 2023 Funding: March 10, 2023 through September 30, 2023
Agency Fund Program Cost Account Award Project Amount
Center
RM0 1010001 700304 70416 7111018 $100,000.00
RM0 4020002 700325 70440 7111011 2001055 201303 $143,714.20
RM0