MURIEL BOWSER
MAYOR
June 30, 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. DCAM-22-CS-RFQ-0016(B) with Atmos Solutions, Inc. in the not-to-exceed amount
of $10,000,000. The period of performance is for one year from the date of award.
Under the proposed contract, Atmos Solutions, Inc. will provide maintenance and repair services
projects for District of Columbia Public Schools and Department of Parks and Recreation facilities,
as awarded through task order agreements, at various District government facilities under its
contract with the Department of General Services (“DGS”).
If you have any questions regarding the proposed contract, please contact Delano Hunter, Acting
Director of DGS, or George G. Lewis, DGS’ Chief of Contracts and Procurement, at (202) 727-2800.
I look forward to the Council’s favorable consideration of this contract.
Sincerely,
Muriel Bowser
Mayor of the District of Columbia
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
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)
Contract for Maintenance & Repairs of Government Facilities (“MRGF”) Services
(A) Contract Number: DCAM-22-CS-RFQ-0016(B) (the “Contract”)
Proposed Contractor: Atmos Solutions, Inc. (the “Contractor”)
Proposed Guaranteed Minimum
Value (Per Base and Option Year): $50
Proposed Contract Not to Exceed
(“NTE”) Amount (Per Base and
Option Year): $10,000,000
Unit and Method of Compensation: Monthly progress payments based on lump sum
pricing pursuant to competitively-awarded task order
agreements
Term of Contract: From date of execution of the Contract (Basic
Ordering Agreement (“BOA”)) by the Department
through 1 year thereafter (“Base Year”).
Note: Council approval is requested on or before July
15, 2023 in order to execute the BOA and authorize
DGS to issue Task Order Agreements (“Task Order
Agreements”) for Maintenance & Repairs of
Government Facilities Services Projects in a timely
fashion as they arise.
Type of Contract: Indefinite Delivery/Indefinite Quantity (“IDIQ”)
Source Selection Method: Request for Qualifications (“RFQ”)
1
(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:
For the Base Year and each Option Year:
Guaranteed Minimum Value: $50
Maximum NTE Amount: $10,000,000
(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:
Under the proposed contract for Maintenance and Repairs of Government Facilities (“MRGF”)
Services (the “Contract”), Atmos Solutions, Inc. (the “Contractor”) will provide maintenance and
repair services projects for District of Columbia Facility Management Division, Public Schools
(“DCPS”), and Department of Parks and Recreation (“DPR”) facilities as competitively awarded
via Task Order Agreements at various facilities within DGS’ real estate portfolio (the “Project”).
In general this work includes general construction and facility maintenance projects, including but
is not limited to: minor repairs, roofing repairs, window and door replacement, interior demolition,
playground renovations and other miscellaneous work as may be necessary. and shall be performed
on an as needed basis. The contract work may also include, from time to time, small construction
projects that need to be completed quickly; these projects would primarily be in response to
emergency situations such as vandalism, structural failures, or other life safety issues.
The proposed Contract does not authorize any specific work to the Contractor. All work will be
awarded and released on competitive basis through individual Project task order agreements, as
set forth in the Contract. Since the aggregate NTE amount of proposed Contract for the Base Year
and 4 one-year Option Years exceeds $1 million, Council approval is required for this contract
action.
(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:
On September 28, 2022, the Department issued a Request for Qualifications (“RFQ”) to solicit
Statements of Qualifications (“SOQ(s)”) from those entities (“Offeror(s)”) interested in
performing Maintenance & Repairs of Government Facilities for various District of Columbia
owned properties within the Department of General Services (“DGS”) construction portfolio and
maintenance facility locations (“Project Locations”). In general, this work includes handling all
types of building and maintenance repairs and upgrades, including, but not limited to roofing and
plumbing repairs, electrical repairs, door and window replacements, carpentry, masonry, flooding
remediation and fire alarm repairs, and other similar types of work and shall be performed on an as
needed basis. The RFQ was posted on the Department’s website.
A project information meeting was held on October 7, 2022 via Microsoft Teams. A total of three
(3) Addenda were issued as follows:
2
Addendum No. 1, issued on October 3, 2022
Corrected project information meeting time.
Addendum No. 2, issued on October 18, 2022
Provided responses to the questions.
Revised - Section E.4.1.5(ii) for Dun & Bradstreet report.
Corrected - Section E.1 (SOQ Submission Identification).
Revised – The last sentence in Section E.4.1.2 C (iv).
Addendum No. 3, issued on October 28, 2022
Extended SOQ Submission Date to November 4, 2022, at 2:00 P.M.
Forty-Six firms (collectively, the "Offerors" and each individually, an "Offeror") submitted SOQs
in a timely manner on November 4, 2022, at 2:00 p.m., the SOQs’ due date.
Due to the number of SOQs received, the evaluation process has been broken into two (2) groups
Each group of proposals was disbursed to the Technical Evaluation Panel (“TEP”) members with
Evaluation score sheets specifically for each group. Four technical categories were comprised into
a 100 point scale, in addition, Certified Business Enterprise Preference Points (up to 12 points)
were included as follows:.
FACTORS WEIGHT
Past Performance, Experience & References 25 Points
Key Personnel 25 Points
Project Management Plan 25 Points
Capacity 25 Points
Certified Business Enterprise (“CBE”) Preference 12 Points
TOTAL 112 Points
The groups were prioritized by the needs of the District. TEP Members met to discuss their
respective technical scores for each Offeror within each Group. TEP Members completed
individual evaluations of SOQs. TEP members discussed details of each SOQs, in addition to
evaluation factors and sub-factors as consensus scores were developed. Offerors that scored 85
points or higher from each group were selected as qualified contractors for award. The Contracting
Officer reviewed TEP’s technical scoring and the SOQs submitted, and determined that eight (8)
contractors out of eleven (11) in Group 1 of 2, including Atmos Solutions, Inc., were qualified,
responsive, and responsible and thus selected for award of the proposed BOAs.
(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:
The Contract award was not protested.
3
(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:
Atmos Solutions, Inc. is a Certified Business Enterprise (“CBE”) firm located in Washington, DC,
has been in business since 2016, and was incorporated in 2018. The Contractor is a small business
with expertise in facility maintenance and construction services including plumbing, painting,
maintenance services, community engagement, labor regulatory compliance and environmental
expertise, and provides general construction services in Washington, DC area. The Contractor has
performed satisfactorily based on their past performance records. The Contractor has been
determined responsible in accordance with 27 DCMR 4706.1.
(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:
Pursuant to the Contract, competitive task order agreements will be issued for projects on an as
needed basis. The Contractor is a certified business enterprise in accordance with the Act
(Certification No. LSDRE82395012025). As appropriate, subcontracting plans will be submitted
for review and approval for each task order agreement with a value of $250,000 or more.
(H) Performance standards and the expected outcome of the proposed contract:
In general, the Contractor will provide general construction and facility maintenance projects,
including but not limited to roof repairs, life safety repairs, vandalism, windows and door
replacement, mechanical services, and other miscellaneous work as may be necessary. The
Contractor will be required to meet or exceed performance standards in accordance with the
Contract’s scope of work. DGS staff and the Department’s designated Project Manager will
monitor the Contractor’s performance to ensure consistency with the Contract’s terms and
conditions, and, more specifically, the established pricing and completion dates included in
individual task order agreements.
(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.
(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:
4
The Office of the Chief Financial Officer has certified that the guaranteed minimum value of $50
of the proposed contract is within the appropriated budget authority for the agency 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 applicable Fiscal Sufficiency certification accompanies this Council Package.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed Contract has been deemed legally sufficient by the Department’s Office of the
General Counsel, and the Contractor does not appear to have any currently 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 that the Contractor is current with its District taxes.
The relevant Clean Hands Certificate accompanies this Council Package.
(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 Contractor has certified that it is in compliance with federal tax laws.
(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.:
According to the DSLBD’s website, the Contractor is a Certified Local, Small, Disadvantaged
Business Enterprise. The Contractor’s Certification Number is LSDRE82395012025, with an
expiration date of January 13, 2025.
(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:
5
The Contractor is not debarred from providing services to the Government of the District of
Columbia or the Federal Government according to the Office of Contracts and Procurement’s
Excluded Parties List and the Federal Government’s Excluded Parties List.
(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):
The Department issued a Determination and Findings for Contractor Responsibility with respect
to proposed Contract No. DCAM-22-CS-RFQ-0016(B) with Atmos Solutions, Inc. in which DGS’
Contracting Officer concluded that the Contractor is responsible.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The Contract, if approved, will be posted on the Department’s website.
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
The original solicitation and any amendments have been posted on the Department’s website.
(T) A certification that the proposed contractor has not been determined to be in violation of
D.C. Official Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has not been determined to be in
violation of D.C. Official Code § 1-1163.34a.
6
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: June 20, 2023 Notice Number: L0009675033
ATMOS SOLUTIONS INC FEIN: **-***1304
111 THOMAS ST NW Case ID: 1555905
WASHINGTON DC 20001-1636
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 GENERAL SERVICES
Memorandum
To: Delano Hunter
Acting Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: Maintenance & Repairs of Government Facilities (“MRGS”) Services
Contract No. DCAM-22-CS-RFQ-0016(B) with Atmos Solutions, Inc.
Base Year (“BY”)
Date: June 14, 2023
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of