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
(Sole Source)
(A) Human Care Agreement (HCA)
Number: CW63222
Proposed Provider: The National Center for Children and Families, Inc.
HCA Amount: Not-to-Exceed (NTE) $4,259,823.84
Unit and Method of Compensation: Firm fixed price based on the
monthly services rendered and a cost reimbursable
compensation based upon the amount of allowable costs
for damaged or deteriorated furniture expenses.
Term of HCA: September 1, 2023 through August 31, 2024
Type of Contract: HCA under which task orders
(contracts) are to be issued for District requirements.
Source Selection Method: Sole Source Extension of an HCA awarded pursuant to a
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 $3,344,394.13
(CA22-0720)
Option Period One Amount: NTE $3,815,511.96
(CA23-0209)
Option Period Two Amount: NTE $3,929,977.32
(CA23-0605)
1
Option Period Three Amount: NTE $3,651,069.11
(CA24-0161)
Option Period Four Amount: NTE $4,135,751.35
(CA24-0598)
Contract Extension Amount: NTE $4,259,823.84
Explanation of difference from base period (if applicable): A 27.37% increase from the base
period has been anticipated in the compensation portion, to cover cost of living increase.
(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 purpose of this HCA is to provide comprehensive core services necessary to operate one or more
Short Term Family Housing (STFH) sites as home-like environments for families experiencing
homelessness located within the District. The STFH support services include management of day-to-
day operations, case management and other supportive services, linkage and connection to
community supports, food, security, janitorial, and furniture services.
Continuation of services under the current HCA provides uninterrupted and vital services to families
experiencing homelessness who have been enrolled in the program. Their placement affords
additional time for the pending services that shall assist in effectively moving the families toward
greater levels of self-sufficiency by engaging in activities that will help secure stable employment,
increase earnings, and decrease dependency on public assistance benefits. Services provided shall
include but are not limited to facilitation of day-to-day operations and case management services.
Additional services shall include linkages to community support, food, security, janitorial and
furniture services.
Further, without this HCA, the lack of shelter and services would have a catastrophic effect on the
District’s most at risk and vulnerable residents who rely on these services to survive.
(D) The date on which a competitive procurement for these goods or services was last conducted,
the date of the resulting award, and a detailed explanation of why a competitive procurement
is not feasible:
An electronic Request for Qualifications (RFQ), DOC371888 was issued in the open market
utilizing the Office of Contracting and Procurement’s (OCP) Procurement Automated Support
System (PASS) on March 28, 2018 and officially closed on May 3, 2018. The solicitation was a full
and open competition, and ten responses were received by the due date. Seven of the ten responses
were deemed qualified to provide STFH services and only two of the seven were deemed qualified
for site one.
The responses were evaluated according to the qualification criteria set forth in Attachment D. of
the RFQ’s “Instructions, Criteria, Conditions and Notices to Providers”. Based on the consensus
and the contracting officer’s independent assessment, The National Center for Children and
2
Families, Inc. met all criteria, and therefore was deemed qualified and issued an HCA. The HCA
was awarded on August 1, 2018.
A competitive procurement was not feasible due to the multiple impacts of the COVID-19 pandemic on
DHS’ operations. In its efforts to respond to the COVID-19 public emergency, the agency shifted its
priorities and resources from normal operations to meeting the immediate emergency needs and now the
phase out of the program. Due to the magnitude and complexity of the requirement, and the need to re-
scope the DHS’ STFH program; developing, soliciting, evaluating, and awarding the new requirement
will take approximately eight to twelve months to complete. OCP on behalf of the DHS anticipates
issuing a solicitation in FY24. It is in the best interest of the District to ensure that a delay or gap in
services does not occur in the performance of the STFH services by proceeding with the proposed
sole source contract extension until the long-term HCA is procured.
(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:
None 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:
The National Center for Children and Families, Inc. has adequate financial resources to perform the
contract and the ability to obtain those resources. The evidence is provided from the Contractor’s
financial history as reported by Dun and Bradstreet Business Report; completed on May 16, 2023.
The contractor has provided the same or similar services for the District and received positive
performance ratings. This evidence is provided in their past performance evaluation dated February
28, 2022. The provider of these services and its performance has been consistent, in conformance,
and satisfactory.
(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:
The National Center for Children and Families, Inc. proposes to subcontract $1,490,947.50, which
is 35% of the total contract value, to District certified business enterprises.
(H) Performance standards and the expected outcome of the proposed contract:
The District expects the contractor to provide comprehensive services necessary to operate as
home-like environments for families experiencing homelessness located within the District.
3
In Section D. of the HCA, the District outlined the required deliverables that the contractor is
responsible for providing. The goal of this program is to empower every District resident to reach
their full potential by providing meaningful connections to work opportunities, economic assistance
and supportive services.
(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:
Per the funding certification, the Associate Chief Financial Officer certified that funds are available to
fund the services.
(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 reviewed for legal sufficiency by the Office of the Attorney
General and has been determined to be legally sufficient. The proposed contractor does not 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,
as of May 16, 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, The National Center for
Children and Families, Inc. 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.:
The National Center for Children and Families, Inc. is not a certified local, Small, or disadvantaged
business enterprise.
4
(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 National Center for Children and Families, Inc. is not debarred or suspended from Federal or
District procurements, based on searches of the District’s OCP excluded parties list, System for
Award Management (SAM) database conducted on May 16, 2023.
(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):
The determination and findings for sole source extension of contract dated April 10, 2023.
The determination and findings for contractor responsibility dated May 31, 2023.
The determination and findings for cost reimbursement dated June 22, 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
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 16, 2023 Notice Number: L0009572962
THE NATIONAL CENTER FOR CHILDREN & FAMILIES FEIN: **-***1586
1438 RHODE ISLAND AVE NE Case ID: 1517035
WASHINGTON DC 20018-3709
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 23, 2023
SUBJECT: Approval of Contract Action for Short Term Family Housing
Human Care Agreement Number: CW63222
Provider: The National Center for Children and Families, Inc.
Proposed Human Care Agreement Amount: NTE $4,259,823.84
__________________________________________________________________________
1. Description of Proposed Human Care Agreement
The Office of Contracting and Procurement (“OCP”) on behalf of the Department of Human
Services (“DHS”) issued Human Care Agreement CW63222 (“HCA”) with The National Center
for Children and Families, Inc. (“NCCF”). OCP now seeks approval of a sole source extension of
the HCA.
Under the HCA, NCCF shall provide management oversight services for people experiencing
homelessness at 5505 Fifth Street NW. The HCA is in the not-to-exceed amount of
$4,259,823.84, which includes a firm fixed fee for management oversight as well as a cost
reimbursement component for any furniture replacement. Work pursuant to the HCA will be
authorized by task orders. The District shall be obligated only to the extent that purchases are
made by task orders pursuant to this HCA. OCP seeks approval of an extension period from
September 1, 2023, through August 31, 2024.
2. Procurement Process
On August 30, 2018, OCP executed a letter contract for this HCA. On December 24, 2018, the
Council approved the definitized letter contract in the not-to-exceed amount of $3,344,394.13.
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
OCP exercised the four option periods under this HCA and recommends extending the HCA one
additional year pursuant to a sole source modification. The Chief Procurement Officer found that
it is in the best interest of the District to extend the contract while OCP prepares a new solicitation.
The CO determined that the prices offered are reasonable and that NCCF is a responsible company.
NCCF also does not appear on any federal or District excluded parties’ listings. The agency fiscal
officer certified that funds are available for this HCA. NCCF also submitted a compliant
subcontracting plan for this HCA term.
3. Legal Review
On June 21, 2023, you requested that this office review for legal sufficiency this proposed HCA
package on an expedited basis. After the requested revisions were made, we reviewed and approve
this HCA package for legal sufficiency.
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 action, which is over one million dollars.
If you have any questions, please contact Jason Soltis, Assistant Attorney General, at (202) 673-
3538.
RSS
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
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 17, 2023
SUBJECT: Certification of Funding Availability for NCCF – Ward 4 Kennedy Contract # CW63222
The Office of the Chief Financial Officer hereby certifies that the sum of $354,985.32 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 NCCF – Ward 4 Kennedy, for Short Term Family Housing. This certification
supports the NCCF contract during the period from 09/01/23-08/31/24. The fund allocation is as follows:
Vendor: NCCF Contract #: CW63222
Fiscal Year 2023 Funding: 09/01/23 – 09/30/23
DIFS
DIFS DIFS DIFS
Agency Fund Index PCA Object Cost Amount
Fund Program Account
Center
JA0 100 ATAHF HHC15 501 1010001 70348 700178 7141002 $354,985.32
FY 2023 Contract Tota