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. CW101913 with the General Services Administration (“GSA”) in the
amount of $9,491,756.88. The period of performance is on year from the date of the award.
Under the proposed contract, GSA shall provide to the Metropolitan Police Department 240 police
vehicles.
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
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)
(A) Contract Number: CW101913
Proposed Contractor: General Services Administration (GSA)
Contract Amount: $ 9,491,756.88
Unit and Method of Compensation: Fixed price per vehicle
Term of Contract: Date of Award through one year
Type of Contract: Fixed Price
Source Selection Method: GSA AutoChoice Program
(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: $ 9,491,756.88
There are no 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 District of Columbia Office of Contracting and Procurement, on behalf of the Metropolitan
Police Department (MPD), will procure various vehicles from the General Services Administration.
These vehicles will augment and replace vehicles in the current MPD Fleet. This procurement is
for a total of two hundred forty vehicles.
1
(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:
As authorized by D.C. Official Code § 1-301.01(j) and consistent with 27 DCMR 2100.1(i), the
District’s needs are being satisfied through the GSA AutoChoice Program, a federal government
supply source.
(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 have been no protests related to this procurement.
(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:
GSA’s Federal Supply Services (FSS), Automotive Division is tasked with the sole responsibility
of procuring non-tactical vehicles for Federal agencies and other eligible government entities. The
Federal Acquisition Regulations require GSA to ascertain the responsiveness and responsibility of
each contractor prior to executing award action. GSA must also determine that vehicles to be
provided under contract meet and/or exceed all applicable federal safety standards regulations. In
addition, the District has purchased similar vehicles from GSA in the past and MPD has been more
than satisfied with their performance. One of the Automotive Divisions’ programs is the
AutoChoice Program, which is an FSS program. The AutoChoice Program incorporates
competitively negotiated pricing and competition requirements for its users.
(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:
Not applicable
(H) Performance standards and the expected outcome of the proposed contract:
The new equipment is expected to enhance the Metropolitan Police Department’s ability to deliver
efficient and effective public safety services. Included in the prices of the vehicles are the
customary manufacturer warranties.
(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:
2
There have been no expenditures against the proposed contract.
(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 certifies available funding in MPD’s FY23 budget to
cover this procurement.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed contractor does not have any current pending legal claims against the District. The
proposed contract has been determined to be legally sufficient by the Office of the Attorney
General.
(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):
Not applicable
(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:
Not applicable
(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.:
Not applicable
(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:
Not applicable
3
(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):
D&F for Use of GSA Schedule
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract will be available on the Office of Contracting and Procurement website;
http://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 Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
Government Contract Section
MEMORANDUM
TO: Tommy Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
DATE: June 20, 2023
SUBJECT: Approval of Contract for Two Hundred and Forty (240) Various Police
Vehicles
Contract Number: CW101913
Contractor: GSA AutoChoice Program
Contract Amount: $9,491,756.88
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient.
If you have any questions in this regard, please do not hesitate to call me at (202) 724-4018.
______________________________
P.P.
Robert Schildkraut
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
Government Contracts Section
MEMORANDUM
TO: Nancy Hapeman
Interim Chief Procurement Officer
Office of Contracting and Procurement
P.P.
FROM: Robert Schildkraut
Section Chief
DATE: June 16, 2023
SUBJECT: Approval of Contract for Two Hundred and Forty (240) Various Police
Vehicles
Contractor: GSA AutoChoice Program
Contract Number: CW101913
Contract Amount: $9,491,756.88
1. Description of Proposed Contract
The Office of Contracting and Procurement (OCP), on behalf of the District of Columbia
Metropolitan Police Department (MPD), proposes to award of Contract No. CW101913 to the
United States General Services Administration Fleet Management Service’s (GSA) AutoChoice
Program for a variety of 240 non-tactical law enforcement vehicles for the fixed price of
$9,491,756.88. These include 125 marked utility vehicles, 12 unmarked utility vehicles, 68
marked police interceptor utility (PIU) vehicles, and 35 unmarked Malibu vehicles.
MPD will purchase the vehicles using $9,491,756.88 of capital funding as authorized in the
FY23-28 Capital Improvement Plan. The capital funds have already been pre-encumbered
through the PASS system under requisition RK223048.
2. Procurement Process
The contracting officer determined it is in the best interest to support MPD’s police vehicle fleet
update through the GSA AutoChoice program, based on shorter lead times and the higher cost
savings achieved by using the GSA procurements. The GSA Fleet Management Service operates
the federal AutoChoice Program, which allows federal agencies and other authorized entities,
400 Sixth Street, N.W., Washington, D.C. 20001 (202) 727-3400 Fax (202) 741-5881 1
like the District of Columbia, to purchase non-tactical vehicles. The AutoChoice Program is part
of the GSA’s procurement services under its statutory authority. 40 U.S.C. § 502(a)(3), 40
U.S.C. § 602(c).
Federal law explicitly permits the District to participate in the GSA AutoChoice Program as part
of the services the GSA provides under federal statute at 40 U.S.C. 502, and by GSA Order OGP
4800.21 dated July 19, 2016. (Available at https://www.gsa.gov/directives-library/eligibility-to-
use-gsa-sources-of-supply-and-services). Under D.C. Code Section 2–354.01(a)(1)(I), the
District is authorized to award procurement contracts through certain GSA schedules. Under
D.C. Code 2–354.10, “may procure goods or services through a General Services Administration
schedule pursuant to 40 U.S.C. § 502(a)(3) and 40 U.S.C. § 602(c).”
3. Legal Review
By memorandum, dated May 30, 2023, you requested that this Office review for legal
sufficiency the proposed contract action. After the initial review, this Office requested certain
corrections to the documents. Those changes have been made and we approve the revised
contract package 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 me, Hunter Cox, at (202) 442-9776.
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 ASSOCIATE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY & JUSTICE CLUSTER
MEMORANDUM
TO: Nancy Hapeman, Acting Chief Procurement
Officer
Office of Contracting and Procurement
FROM: David Garner, Associate Chief Financial Officer
Public Safety and Justice Cluster
Office of the Chief Financial Officer
DATE: May 25, 2023
SUBJECT: Certification of Funding for FY23 Fleet Services –CW101913
The Office of the Chief Financial Officer (OCFO) certifies available funding in the Metropolitan
Police Department’s FY23-28 Capital Improvement Plan in the amount of $9,491,756.88 for
Fleet Services to purchase 125 marked utility vehicles, 12 unmarked utility vehicles, 68 Vehicle
Marked PIU Utility, and 35 Unmarked Malibu through the General Services Administration
AutoChoice Order during the period of October 1, 2022, through September 30, 2023. Funds have
been pre-encumbered in PASS under RK223048.
If you have any questions, please feel free to contact Frehiwot Deresso, Agency Fiscal Officer, at
frehiwot.deresso1@dc.gov.
1100 Fourth Street SW Suite 730E Washington, DC 20024
R025 YTD Budgetary Control Analysis Report - DC Authority Reporting
Run date/Time:
Control Budget DC Authority Reporting
Fiscal Year 2023
Period ALL
Agency FA0
Fund ALL
Account ALL
Program ALL
Cost Center ALL
Project ALL
Award ALL
Agency Appropriated Fund Description Fund Account Group (Parent Level 1) Description Account Program Description Cost Center Project Project Description Award Award Description Initial Budget Adjustment Budget Total Budget Commitment Obligation Expenditure Available Budget
FA0 CAPITAL FUND - OTHER 3030304 CONTRACTUAL SERVICES - OTHER 7132001 AGENCY FLEET PURCHASES 80029 100398 FA0.FAV04C.MARKED CRUISERS - MPD 3000067 FA0.0304.SHORT - TERM $27,170,756.00 $6,037,782.78 $33,208,538.78 $7,972,080.85 $823,957.72 $4,418,266.83 $19,994,233.38
FA0 CAPITAL FUND - OTHER 3030304 CONTRACTUAL SERVICES - OTHER 7132001 AGENCY FLEET PURCHASES 80029 100397 FA0.FAV03C.UNMARKED VEHICLES - MPD 3000067 FA0.0304.SHORT - TERM $5,765,411.00 $749,961.01 $6,515,372.01 $478,180.08 $302,335.16 $446,955.57 $5,287,901.20
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 RK223048
2. TASK ORDER AGREEMENT NO. 3.Award/Effective Date 4. CONTRACT NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE
CW101913 See 30C below N/A
7. FOR SOLICITATION INFORMATION A. NAME B. TELEPHONE (No Collect Calls) 8.OFFER DUE DATE:
CONTACT: 202-671-1586
Email: Sherman Squire FAX NO. 202-671-0629
sherman.squire2@dc.gov
9. ISSUED BY 10. THIS ACQUISITION IS 11. DELIVERY FOR FOB 12. PAYMENT DISCOUNT TERMS
DESTINATION UNLESS
OFFICE OF CONTRACTING AND PROCUREMENT
UNRESTRICTED BLOCK IS MARKED Net 30 days
SET ASIDE %FOR N/A
TRANSPORTATION AND SPECIALTY EQUIPMENT SMALL BUSINESS
SMALL DISADV. BUS.
13. RESERVED
COMMODITY GROUP GSA
14. METHOD OF SOLICITATION
DCSS
2000 14TH STREET, NW, 6TH FLOOR SIC:
RFTOP IFB RFP 2-STEP
WASHINGTON, DC 20009 SIZE STANDARD:
5. CONTRACTOR / OFFEROR 16. PAYMENT WILL BE MADE BY
CODE
General Services Administration Accounts Payable
1500 East Bannister Road 300 Indi