MURIEL BOWSER
MAYOR
June 29, 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
Contract No. CW104697 with FWD Seagrave Fire Apparatus Inc. in the amount of $5,572,648. The
period of performance is 600 days from the date of the award.
Under the proposed contract, FWD Seagrave Fire Apparatus Inc. shall provide rescue support units
for Fire and Emergency Medical 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 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
(Multiyear)
(A) Contract Number: CW104697
Proposed Contractor: FWD Seagrave Fire Apparatus, Inc.
Contract Amount: $5,572,648 (Capital Funding)
Unit and Method of Compensation: Price per unit
Term of Contract: Date of Award through 600 days
Type of Contract: Firm Fixed Price
Source Selection Method: Cooperative Agreement
(B) For a contract containing option periods, the contract amount for the base period and 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:
This delivery order does not have option periods.
(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:
The D.C. Fire and Emergency Medical Services (FEMS) requires a contractor to provide four units
of custom fire apparatuses.
(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:
The District intends to place an order against HGAC cooperative agreement number FS12-19 with
Seagrave to meet FEMS’ requirements. The HGAC cooperative contract has already been
competitively awarded; HGAC’s rigorous process is continually refined to best meet the needs of
participating agencies and allows them to offer exceptional products from nationally acclaimed
1
suppliers. The pricing is based on large volumes, therefore the District benefits from the lower
prices achieved as a result of the economies of scale achieved by these larger volumes.
(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:
There is no bid protest.
(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:
FWD Seagrave Fire Apparatus has been in business since 1909, registered as a limited partnership
on April 10, 2003, in Delaware. Seagrave provides various forms of motor vehicles and passenger
car bodies, specializing in trucks or tractor trucks, motor trucks, snowplows, and fire department
vehicles The contractor has the financial resources to adequately perform the contract, the ability
to comply with the delivery schedule, and a satisfactory record of performance, integrity, and
business ethics. In addition, the contractor has supplied the District with goods in the past in a
satisfactory manner and complies with the District’s tax filing and payment requirements.
(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:
There is no subcontracting opportunity for this procurement.
(H) Performance standards and the expected outcome of the proposed contract:
The contractor shall provide the requested fire apparatuses following FEMS requirements and
timeline.
(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:
There have been no funds expended.
(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 Office of the Chief Financial Officer has certified that there is sufficient funding for the
proposed contract.
2
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The contract action has been determined to be legally sufficient.
(L) A certification that the 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):
Certification has been issued by the Citywide Clean Hands Certification database, which indicates
that the proposed contractor is current with its District taxes.
(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 proposed contractor self-certified that they are current with federal taxes.
(N) The status of the proposed contract 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 certified local, small, or disadvantaged 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 debarred or excluded from providing services to the District and federal
governments.
(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):
Determination &Findings for Use of a Cooperative Agreement
Determination &Findings for Price Reasonableness
3
Determination &Findings for Contractor Responsibility
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract when executed will be posted 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:
Not applicable
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: May 24, 2023 Notice Number: L0009582862
FWD SEAGRAVE HOLDINGS LP FEIN: **-***5904
105 EAST 12TH STREET Case ID: 1530118
CLINTONVILLE WI 54929
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 14, 2023
SUBJECT: Approval of Task Order for Custom Fire Apparatus Pumpers
Contractor: FWD Seagrave Fire Apparatus, Inc.
Contract No.: CW104697
Contract Amount: $5,572,648
1. Description of Proposed Contract
The D.C. Fire and Emergency Medical Services (FEMS) requires a contractor to provide four
units of custom fire apparatuses. The District intends to place an order against Houston-
Galveston Area Council (HGAC) cooperative agreement number FS12-19 with Seagrave to meet
FEMS’ requirements. The contract is capital-funded in the amount of $5,572,648 and the period
of performance is the date of award through 600 days.
2. Procurement Process
The HGAC cooperative contract has already been competitively awarded; HGAC’s rigorous
process is continually refined to best meet the needs of participating agencies and allows them to
offer exceptional products from nationally acclaimed suppliers. The pricing is based on large
volumes, therefore the District benefits from the lower prices achieved as a result of the
economies of scale achieved by these larger volumes.
400 Sixth Street, N.W., Washington, D.C. 20001 (202) 727-3400 Fax (202) 741-5881 1
3. Legal Review
By memorandum, dated May 12, 2023, you requested that this Office review for legal
sufficiency the proposed contract action. We have reviewed the revised contract package and
approve it for legal sufficiency.
We note that in accordance with D.C. Official Code § 1-204.51(b)(2)(A), and 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 Council for approval this contract action for
over one million dollars.
If you have any questions, please contact Nick Feldstern, Assistant Attorney General, at (202)
890-9309.
RSS
400 Sixth Street, N.W., Washington, D.C. 20001 (202) 727-3400 Fax (202) 741-5881 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 15, 2023
SUBJECT: Approval of Task Order for Custom Fire Apparatus Pumpers
Contract Number: CW104697
Contractor: FWD Seagrave Fire Apparatus, Inc.
Proposed Contract Amount: $5,572,648
____________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient. We have reviewed and approve the current contract package for
legal sufficiency.
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
OFFICE OF THE ASSOCIATE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY & JUSTICE CLUSTER
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: David Garner, Associate Chief Financial Officer Public
Safety and Justice Cluster 5/10/23
DATE: May 10, 2023
SUBJECT: Certification of Funding Availability for Seagrave Custom Fire Pumper
Apparatuses (CW104697)
The Office of the Chief Financial Officer (OCFO) certifies available funding in the Fire and
Emergency Medical Services Department (FEMS) FY23 capital budget plan. The amount of
$5,572,648 is for the purchase of pumper apparatuses for FY 2023. Funds have been pre-
encumbered in PASS under RK221903.
Future orders above the funds available are contingent upon the identification of additional
funding.
If you have any questions concerning this certification, please contact Dan Proudfoot, Agency
Fiscal Officer, at (202) 815-4458.
1100 4th Street, S.W. • SUITE 730E • WASHINGTON, D.C. 20024
GOVERNMENT OF THE DISTRICT OF COLUMBIA 1.REQUISITION NUMBER PAGE
TASK ORDER/DELIVERY ORDER FOR SERVICES 1 of 4
OFFEROR TO COMPLETE BLOCKS 18 & 29 RK221903
2. TASK ORDER AGREEMENT NO. 3. Award/Effective Date 4. CONTRACT NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE
NIA N/A
CW104697 See 30C below HGACBuv# FS12-19
7. FOR SOLICITATION INFORMATION A. NAME B. TELEPHONE {No Collect Calls) 8.OFFER DUE DATE:
CONTACT:
Email:
Courtney Halsey 202-671-1589 NIA
Courtnev.Halsev@dc.gov
9. ISSUED BY 10. THIS ACQUISITION IS 11 • DELIVERY FOR FOB 12. PAYMENT DISCOUNT TERMS
OFFICE OF CONTRACTING AND □
DESTINATION UNLESS
PROCUREMENT □
UNRESTRICTED
SET ASIDE %FOR
BLOCK IS MARKED
□ N/A
Net 30 days
TRANSPORTATION AND SPECIALTY □ SMALL BUSINESS
□ SMALL DISADV. BUS.
0 13. RESERVED
EQUIPMENT COMMODITY GROUP □ GSA
2000 14TH STREET,NW,6TH FLOOR □ DCSS 14. METHOD OF SOLICITATION
WASHINGTON,DC 20009
181 Cooperative Agreement
□ RFTOP □ IFB 0 RFP
□ 2-STEP
SIC:
5. CONTRACTOR / OFFEROR 16. PAYMENT WILL BE MADE BY
FWD Seagrave Fire FIRE AND EMERGENCY MEDICAL SERVICES
Apparatus 105 East ATTN: PSJC (FEMS) A CCT PAYABLE DIVISON
12th Street, C