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. CW103408 with Educology Solutions, Co. in the not-to-exceed amount of
$10,000,000. The period of performance is one year from the date of the award.
Under the proposed contract, Educology Solutions, Co. shall provide mission oriented business
integrated 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 have
your staff contact Marc Scott, Chief Operating Officer of the 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: CW103408
Proposed Contractor: Educology Solutions, Co.
Contract Amount: Minimum $10
Maximum $10,000,000
Unit and Method of Compensation: Payment will be made on the completion of
work for individual task/purchase order
Term of Contract: Twelve (12) months from the date of award
Type of Contract: Indefinite Delivery/Indefinite Quantity
Source Selection Method: DC Supply Schedule (DCSS)
(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: Minimum $10
Maximum $10,000,000
Option Period One Amount: Minimum $10
Maximum $10,000,000
Option Period Two Amount: Minimum $10
Maximum $10,000,000
Option Period Three Amount: Minimum $10
Maximum $10,000,000
Option Period Four Amount: Minimum $10
Maximum $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:
The purpose of the DCSS program is to serve as the primary contract action for all District
agencies to acquire support for their recurring requirements.. This particular schedule is
designed to provide mission oriented business integrated services. The social and economic
impact of the program is to allow District certified business enterprises (CBE’s) the
opportunity to conduct business with the District of Columbia, thus creating additional
jobs for city residents.
In accordance with paragraph one of the DCSS terms and conditions, the District of
Columbia receives a one percent discount based on the volume of services provided under
the DCSS. This fee is based on the invoice amount and provides revenue to the District.
(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:
DCSS solicitations are open on a continuous basis for the mission oriented business integrated
services category. The solicitation for mission oriented business integrated services was
issued on July 31, 2017. Educology Solutions, Co. submitted its application number
MOBIS202245 on August 31, 2022. On December 21, 2022 Educology Solutions, Co.
submitted its final pricing.
Educology Solutions, Co. was selected for an award based on achieving the following
requirements as outlined in the solicitation process.
a. Accepting the DCSS Terms and Standard Contract Provisions and for the District of
Columbia Government Supplies and Services Contracts, July 2008.
b. Identifying and offering prices that are no greater than those of an identified Federal
Supply Schedule that provides services or supplies consistent with the scope of the DCSS
solicitation.
c. Submitting a minimum of three satisfactory customer references demonstrating
the contractor’s ability to satisfactorily provide the services or products as identified in the
scope of the solicitation.
d. Submitting a written certification that all personnel proposed on individual task orders shall
meet the minimum education/experience requirements as stipulated in the federal contract
being used to establish the DCSS contract.
Educology Solutions, Co.’s application was reviewed and evaluated by the Office of
Contracting and Procurement (OCP). After review and evaluation of the application and its
supplementation, the contracting officer (CO) determined that Educology Solutions, Co. had
offered an appropriate multiple award schedule consistent with the scope of the solicitation.
OCP also established that the pricing was reasonable based on the contractor’s offering of
pricing at or below the respective federal contract pricing.
2
(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
(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:
Based on review of the Dun & Bradstreet report dated April 24, 2023, the CO determined
Educology Solutions, Co. has the necessary organizational experience, technical skills,
accounting and operational controls to provide the requirements of the contract.
(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:
Educology Solutions, Co. is a CBE certified vendor and therefore, it is not required to have a
subcontracting plan associated with this contract.
(H) Performance standards and the expected outcome of the proposed contract:
The purpose of the DCSS program is to serve as the primary contract vehicle for all District
agencies to acquire support for their recurring requirements. This contract is for provision of
services under mission oriented business integrated 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:
The Agency Fiscal Officer has certified that funds for the minimum quantity of $10 are
available for FY2023 and that minimum-quantity funds for FY2024 have been budgeted.
(K) A certification that the contract is legally sufficient, including whether the proposed contractor
has any pending legal claims against the District:
The Attorney General for the District of Columbia has reviewed and approved the subject
3
contract for legal sufficiency. Educology Solutions, Co. has no 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 report dated April 21, 2023 indicates that Educology
Solutions, Co. 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:
Educology Solutions, Co. has certified that it is in compliance with federal tax requirements.
(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.:
Educology Solutions, Co is a CBE.
(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:
Educology Solutions, Co. is not listed on the Federal or District 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):
A Determination & Findings for Contractor Responsibility was signed by the Contracting
Officer on May 8, 2023.
(R) Where the contract, and any amendments or modifications, if executed, will be made available
online:
www.ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
www.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: April 21, 2023 Notice Number: L0009453590
EDUCOLOGY SOLUTIONS, CO. FEIN: **-***3803
621 UPSHURST SW Case ID: 1496245
WASHINGTON DC 20011
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 for Mission Oriented Business Integrated Services
(MOBIS)
Contract Number: CW103408
Contractor: Educology Solutions, Co.
Proposed Contract Amount: NTE $10,000,000
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.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
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
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: June 23, 2023
SUBJECT: Approval of Contract for Mission Oriented Business Integrated Services
(MOBIS)
Contract Number: CW103408
Contractor: Educology Solutions, Co.
Proposed Contract Amount: NTE $10,000,000
1. Description of Proposed Contract
The Office of Contracting and Procurement (OCP) proposes awarding DC Supply Schedule
(DCSS) Contract No. CW103408 with Educology Solutions, Co. (Educology) for Mission
Oriented Business Integrated Services (MOBIS) for the period of twelve (12) months from date
of award, in the not to exceed (NTE) amount of $10,00,000.00. The proposed contract includes
the option to extend the contract by four (4) One Year Option Periods.
2. Procurement Process
The DCSS program serves as the primary contract action for all District agencies to acquire
support for their recurring requirements. This particular DCSS schedule is designed to provide
MOBIS services to agencies District-wide. The District provides social and economic support
through the DCSS program by providing District-certified business enterprises (CBE’s) the
opportunity to conduct business with the District of Columbia, thus creating additional jobs for
city residents.
The solicitation for the current DCSS multiple award schedule for MOBIS was issued on July
31, 2017. Educology submitted its online application number MOBIS202245 on August 31,
400 Sixth Street, N.W., Washington, D.C. 20001 (202) 727-3400 Fax (202) 741-5881 1
2022. After reviewing and evaluating the application, the Contracting Officer determined the
offer constituted an appropriate multiple award schedule within the scope of the MOBIS
solicitation. Additionally, the contracting officer determined the offered pricing to be reasonable
because it was at or below the respective federal contract price.
3. Legal Review
On June 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 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 CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: May 9, 2023
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW103408- Educology Solutions, Co
PERIOD: October 1, 2022 thru September 30, 2023
This is to certify that the Office of Contracting and Procurement has $10,000.00 in its FY2023
budget to cover potential costs that may be incurred if a minimum order is not achieved for the
District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a particular DCSS contract,
pursuant to the DCSS Terms and Conditions, clause 5, the District guarantees the minimum
order for each contract in the amount of $10.00 for the base year and four option years. Any
additional orders placed on the DCSS contracts will be encumbered by the ordering agency prior
to issuance. There are approximately 420 contractors on the DCSS, and it is estimated that
$10,000.00 would be sufficient to cover the possibility of having to pay $10.00, upon request, to
multiple contractors.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu