MURIEL BOWSER MAYOR August 17, 2023 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. CW108070 with Information Unlimited, Inc. in the not-to-exceed amount of $2,500,000. The period of performance is one year from the date of award. Under the proposed contract, Information Unlimited, Inc shall provide temporary personnel resources to help meet the District’s information technology staffing goals. My administration is available to discuss any questions you 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 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: CW108070 Proposed Contractor: Information Unlimited, Inc. (IUI) Contract Amount: Minimum $10,000.00 Maximum $2,500,000.00 Unit and Method of Compensation: Issuance of individual Purchase Orders Term of Contract: One year from date of award Type of Contract: Indefinite Delivery-Indefinite Quantity (IDIQ) Source Selection Method: Federal Supply Schedule (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 $10,000.00 Maximum $2,500,000.00 Option Period One Amount: Minimum $10,000.00 Maximum $2,500,000.00 Explanation of difference from base period (if applicable): Option Period Two Amount: Minimum $10,00.00 Maximum $2,500,000.00 Explanation of difference from base period (if applicable): Option Period Three Amount: Minimum $10,000.00 Maximum $2,500,000.00 Explanation of difference from base period (if applicable): Option Period Four Amount: Minimum $10,000.00 Maximum $2,500,000.00 Explanation of difference from base period (if applicable): 1 (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 (OCP), on behalf of the Office of the Chief Technology Officer (OCTO), has a need for Information Unlimited, Inc., to provide Information Technology (IT) temporary personnel resources to perform helpdesk, administrative, and field support duties to help the District meet IT staffing goals. (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: 27 DCMR § 2100.1(i) authorizes the Chief Procurement Officer to satisfy requirements for goods and services from the Federal Supply Schedule (FSS). IUI’s FSS contract satisfies the District’s minimum requirements and offers the District advantageous pricing. (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: IUI is a HUBZone-certified professional services firm with cleared facility credentials. IUI was established in 1995 with an exclusive focus on the information management disciplines of business intelligence, data architecture integration, quality, and governance. IUI has been awarded multiple contracts of similar size, scope, and complexity to the proposed contract. IUI’s past performance for the District has been 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: Subcontracting is not required for this contract. (H) Performance standards and the expected outcome of the proposed contract: The contractor’s performance will continue to be regularly and routinely monitored by OCTO.IUI shall engage IT temporary resources to perform helpdesk, administrative, and field support duties to help the District meet IT staffing goals. 2 (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 Office of the Chief Financial Officer has certified that funding is available in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02. (K) A certification that the contract is legally sufficient, including whether the proposed contractor has any pending legal claims against the District: The Office of the Attorney General has certified that the proposed contract is legally sufficient. IUI 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): According to the District’s Clean Hands Certification dated June 21, 2023, IUI 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: According to information provided on the Bidder/Offeror Certification form, IUI has certified that it is current with its federal taxes. (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.: IUI is a certified business enterprise. (O) Other aspects of the proposed contract that the Chief Procurement Officer considers significant: None. 3 (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: As of May 16, 2023, IUI does not appear on the District of Columbia or federal excluded parties lists. (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 and Findings for Contractor Responsibility Determination and Findings for Price Reasonableness (R) Where the contract, and any amendments or modifications, if executed, will be made available online: ocp.dc.gov. (S) Where the original solicitation, and any amendments or modifications, will be made available online: ocp.dc.gov. 4 )*87 84ÿÿ458ÿ 474ÿÿ+ ! ,8ÿÿ458ÿ58ÿ" +ÿ,87 0010ÿ345ÿ6478849ÿ6 ,8ÿÿ-.ÿ/ÿ08*88ÿ 549ÿÿ113  48ÿÿ48 8ÿ09ÿ1 48ÿ !87111 $",012-$,ÿ3$1$-#9ÿ$4 "#$ÿ%%&%%% 310ÿ# ÿ5,06ÿ27#ÿ#  8ÿ$ÿ0'3' 268$)-,ÿÿÿ111&1 ÿ ÿ @ABCDED@FCAÿHEÿ@IAFJÿKFJLM 2 ÿ78=748/ÿÿ458ÿ+8ÿ8 /ÿ;48 9ÿ458ÿ!*8ÿ788788/ÿ/*/+N844;ÿ5 ÿÿ44/ +!+4;ÿO45ÿ458ÿ 474ÿÿ+ ! ÿ,8ÿÿ-.ÿ/ÿ08*88ÿ7ÿ458ÿ8=7484ÿÿ# =+; 84 687*84ÿ2 ÿÿ458ÿ/48ÿ!*89ÿ458ÿ/*/+N844;ÿ5 ÿ =+8/ÿO45ÿÿ/8ÿPÿ3&9ÿÿ4587878 45 ÿ87448ÿÿ+8ÿ8 /ÿÿ 8/4 -$-#ÿ34ÿ-2Q2-$,9ÿ$#6$)9ÿR#01$-69ÿ266#661#-69ÿ2ÿ"##6 82R-#0ÿÿ)##02ÿ$#6# 63982R-#0ÿ$$4ÿ#2ÿ826ÿ9#",0#ÿ0##$7$)ÿ2ÿ$#6#ÿ,0ÿR#01$- 44ÿ,#ÿPÿ3&ÿS11T Pÿ3&ÿR0,8$9$-$,ÿ2)2$6-ÿ$6632#ÿ,"ÿ$#6#ÿ,0ÿR#01$- 2457:8/ÿ9;ÿ18+/ÿ8< 975ÿ589ÿ++84ÿ/ÿ#78 84ÿ2/  474 -ÿ*+/48ÿ45 ÿ874489ÿ=+8 8ÿ* 4ÿ1;-.44*4ÿ,ÿ458ÿ1;-.ÿÿ5 8=89ÿ+<ÿ458 >7 +/48ÿÿ87448ÿÿ+8ÿ8 /?ÿ5;=87+<ÿ/87ÿ458ÿ+8ÿ8 /ÿ844 UUVUÿWXYÿMXZ[[XÿM\]ÿM^_X[ÿ\`aV]ÿ\bcY_deXfd]ÿL@ÿ̀VV`WghYfd[iÿj`V`kÿa`WlmVWmgnoCbpqL@qefr ÿ GOVERNMENT OF THE DISTRICT OF COLUMBIA OFFICE OF THE CHIEF FINANCIAL OFFICER GOVERNMENT OPERATIONS CLUSTER MEMORANDUM TO: Derrick White Contracting Officer Office of Contracting and Procurement FROM: Phil Peng 7/20/23 Agency Fiscal Officer Office of the Chief Technology Officer (OCTO) DATE: July 20, 2023 SUBJECT: Funding Certification Title: IT Staff Augmentation (Information Unlimited, Inc.) Contract No: CW108070 Period of Performance (PoP): One Year from Date of Award By this memorandum the Office of the Chief Financial Officer (OCFO) certifies that the Office of the Chief Technology Officer (OCTO) has a minimum of $100,000.00 available in the approved FY 2023 Operating Budget to fund the subject contract. In addition, funding for the referenced contract shall be obligated prior to all future orders. If you have any questions concerning this funding certification, please contact Phil Peng, Agency AFO, at 727-8472 cc: Angelique Rice, ACFO, GOC Michael Bolden, Director of Financial Operations, GOC Abdi Yusuf, Budget Director, OCTO Mekete Seleshi, Financial Manager, OCTO Carol Harrison, Chief of Staff, OCTO Tehsin Faruk, Chief Operating Officer, OCTO 200 I Street SE * Washington, D.C. 20003 Phone: (202) 727-2277 * Fax: (202) 727-1216 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: August 7, 2023 SUBJECT: Approval of Contract for Information Technology Staff Augmentation Services Contract Number: CW108070 Contractor: Information Unlimited, Inc. Contract Amount: Min. $10,000.00 to Max. $2,500,000.00 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 9100, Washington, DC 20001 (202) 727-3400 GOVERNMENT OF THE DISTRICT OF COLUMBIA 1.REQUISITION NUMBER PAGE TASK ORDER/DELIVERY ORDER FOR SERVICES OFFEROR TO COMPLETE BLOCKS 18 & 29 --------------------- 1 of 16 2. TASK ORDER AGREEMENT NO. 3. AWARD//EFFECTIVE DATE 4. CONTRACT NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE CW108070 30c. GS-35F-363AA Doc644027 February 6, 2023 7. FOR SOLICITATION INFORMATION A. NAME B. TELEPHONE (No Collect Calls) 8.OFFER DUE DATE: CONTACT Email: Jermica.Briscoe@dc.gov Jermica Briscoe 202-657-8283 February 17, 2023 9. ISSUED BY 10. THIS ACQUISITION IS 11. DELIVERY FOR FOB 12. PAYMENT DISCOUNT DESTINATION UNLESS TERMS UNRESTRICTED BLOCK IS MARKED Office of Contracting and Procurement SET ASIDE %FOR N/A Net 30 days SMALL BUSINESS Information Technology Group SMALL DISADV. BUS. 13. RESERVED 441 4TH Street, N.W., Suite 330 South (GSA) FEDERAL SUPPLY 14. METHOD OF SOLICITATION SCHEDULE Washington, D.C. 20001 SIC: RFTOP RFQ IFB RFP 2- SIZE STANDARD: STEP 5. CONTRACTOR / OFFEROR 16. PAYMENT WILL BE MADE BY CODE ND 22 Century Technologies, Inc. Office of the Chief Technology Officer 8251 Greensboro Drive 200 I Street, S.E., 5th Floor Suite 900 Washington, D.C. 20003 McLean, VA 22102 15A DUNS NO. 15B TAX ID NO. 17. DELIVER TO 18. ADMINISTERED BY Office of the Chief Technology Officer Office of the Chief Technology Officer 200 I Street, S.E., 5th Floor 200 I Street, S.E., 5th Floor Washington, D.C. 20003 Washington, D.C. 20003 18A. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18B. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 16 UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19 20 21 22 23 24 IEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT AMOUNT PRICE 0001 Temporary Resources --- ----- ----- Minimum See Attachment B $10,000.00 Maximum $2,500,000.00 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD (FOR GOVT. USE ONLY) PURCHASE ORDER NO. Estimated Minimum $10,000.00 Maximum $2,500,000.00 27. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ONE COPY TO THE 28. THE FOLLOWING DOCUMENTS ARE INCORPORATED BY REFERENCE ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR