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. GAGA-2023-C-0295 with SodexoMagic LLC, in the amount of
$4,963,141.06. The period of performance is from August 18, 2023, to September 30, 2023.
Under the proposed contract, SodexoMagic LLC shall continue to manage the District of Columbia
Public Schools’ food service program at assigned schools.
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
LaVeta Hilton, Deputy Chief Procurement Officer, District of Columbia Public Schools, at (202)
442-5136.
I look forward to the Council’s favorable consideration of this proposed contract.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
District of Columbia Public Schools
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
(Letter Contract)
(A) Contract Number: GAGA-2023-C-0295
Proposed Contractor: SodexoMagic, LLC
Contract Amount (Base Period): Not-to-Exceed $4,963,141.06
Unit and Method of Compensation: Fixed-unit price for
meals provided; cost reimbursement for fresh fruit and
vegetable program
Term of Contract: Date of award of the letter contract to 43 days thereafter
Type of Contract: Firm Fixed Price and Cost Reimbursement
Source Selection Method: Sole Source
(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:
n/a
(C) The date on which the letter contract or emergency contract was executed:
August 8, 2023
(D) The number of times the letter contract or emergency contract has been extended:
None
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
1
Until approval from Council is obtained, no more than $1 million of goods and services will be
provided, under the terms of the letter contract.
(F) 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 Contractor will prepare, furnish, and provide meals and services to 109 school sites (divided
into ten clusters) participating in the Child Nutrition Programs including but not limited to the
National School Lunch Program, School Breakfast, Afterschool Snack, Fresh Fruit and Vegetable
Program, Child and Adult Care Food, and the Summer Food Service Program established by the
United States Department of Agriculture. The Contractor shall deliver in accordance with the menu
requirements for each applicable program and in accordance with the terms and conditions of
Contract No. GAGA 2023-C-0295.
(G) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
Sole source. The sole source contract is critical for DCPS to offer continuous services to students
and to support its academic programming with nutritional sustenance as prescribed by the USDA
and OSSE until the newly procured food contract(s) are submitted to and approved by the Council
and executed. Due to the need for continuity in critical meal service and the complex timing
required to complete this work, DCPS must execute a Sole Source contract with its existing supplier
for its food and nutrition services.
(H) 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:
No protest was received.
(I) 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:
SodexoMagic, LLC has been determined responsible based on the District’s standards of
responsibility as prescribed in 27 DCMR §2200. The Contractor demonstrated its ability to
maintain the organization, financial stability, and personnel to perform the required services of
Contract No. GAGA-2023-C-0295. Furthermore, the District has no information indicating that the
Contractor is debarred, suspended, or involved in any activity that would disqualify it from
consideration due to a lack of integrity and business ethics.
(J) 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
2
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:
Per the USDA Special Provisions and Federal Procurement Standards applicable to the contract, a
subcontracting plan is not allowable for this contract. Specifically, USDA Special Procurement
Provisions at 2 CFR 416.1(b) state: “Procurements by States under USDA entitlement programs
specified in 2 CFR 200.101(f)(4) through (6) shall be conducted in a manner that prohibits the use
of statutorily or administratively imposed in-State or local geographic preferences except as
provided for in 2 CFR 200.319(c).” 2 CFR 200.319(c), in turn, states: “The non-Federal entity
must conduct procurements in a manner that prohibits the use of statutorily or administratively
imposed state, local, or tribal geographical preferences in the evaluation of bids or proposals, except
in those cases where applicable Federal statutes expressly mandate or encourage geographic
preference. Nothing in this section preempts state licensing laws. When contracting for architectural
and engineering (A/E) services, geographic location may be a selection criterion, provided its
application leaves an appropriate number of qualified firms, given the nature and size of the project,
to compete for the contract.”.
(K) Performance standards and the expected outcome of the proposed contract:
SodexoMagic, LLC's performance will be regularly and routinely monitored by DCPS’s Office of
Food and Nutrition Services. The expected outcome of the proposed contract is for SodexoMagic,
LLC, to provide DCPS with food management services.
(L) 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:
Until approval from Council is obtained, no more than $1 million of goods or services will be
provided, under the terms of the letter contract.
(M) 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 the proposed contract is within the
appropriated budget authority for Fiscal Year 2023 and consistent with the financial plan and
budget adopted in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02.
(N) 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 determined to be legally sufficient by the Office of the Attorney
General.
(O) 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
3
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 Certificate of Clean Hands dated July 21, 2023, the Contractor is current
with its District taxes.
(P) 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 the information provided in the Bidder Offeror Certification form, SodexoMagic, LLC
certified that the organization is current with its federal taxes
(Q) 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.:
SodexoMagic, LLC. is not certified as a local, small, or disadvantaged business enterprise.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
(S) 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:
SodexoMagic, LLC. is not registered on the District’s Excluded Parties list dated February 27,
2023, nor the Federal Excluded Parties list dated June 8, 2023.
(T) 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’s Responsibility
Determination and Findings for Price Reasonableness
Determination and Finding for a Sole Source Procurement
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
https://dcps.dc.gov/node/1433901
4
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
https://dcps.dc.gov/node/1433901
5
+,87"84ÿÿ458ÿ 474ÿÿ"#
-8ÿÿ458ÿ58ÿ$ ÿ-87 0010ÿ345ÿ6478849ÿ6
-8ÿÿ./ÿ0ÿ18,88ÿ 549ÿÿ113
48ÿÿ48 ÿ09ÿ1 48ÿ"#87111!
6-%2-34+&ÿ $%&ÿ''(''')30
!10ÿ 465&+.-&4ÿ67 8ÿ&ÿ0)!331
+4&.5%16681+ÿ3ÿÿ1!!
ÿ ÿ
?@ABCDC?EB@ÿGDÿ?H@EIÿJEIKL
4 ÿ78;7480ÿÿ458ÿ8ÿ5 0ÿ48"9ÿ458ÿ#,8ÿ7887880ÿ0,0M844ÿ5 ÿÿ440
#4ÿN45ÿ458ÿ 474ÿÿ"# ÿ-8ÿÿ./ÿ0ÿ18,88ÿ7ÿ458ÿ8;74"84ÿÿ%";"84
687,8<ÿ4 ÿÿ458ÿ048ÿ#,89ÿ458ÿ0,0M844ÿ5 ÿ";80ÿN45ÿÿ08ÿOÿ3(!9ÿÿ4587878
45 ÿ87448ÿÿ8ÿ5 0ÿÿ 80<
.&.%ÿ3<ÿ.424.&-9ÿ&%6&+9ÿP%13&.69ÿ466%663%.69ÿ4ÿ$%%6
54P.%1ÿ!ÿ+%%14ÿ&%6%
68654P.%1ÿ&&<ÿ%4ÿ546ÿ6%$-1%ÿ1%%&7&+ÿ4ÿ&%6%ÿ-1ÿP%13&.
<<ÿ-%ÿOÿ3(!ÿQ11R
Oÿ3(!ÿP1-5&6&.&-ÿ4+4&6.ÿ&6684%ÿ-$ÿ&%6%ÿ-1ÿP%13&.
4457980ÿ6ÿ380ÿ8:
675ÿ589ÿ84ÿ0ÿ%78"84ÿ40" 474
.ÿ,048ÿ45 ÿ874489ÿ;8 8ÿ, 4ÿ3./<<,<ÿ-ÿ458ÿ3./ÿÿ5"8;89ÿ:ÿ458
=7 048ÿÿ87448ÿÿ8ÿ5 0>ÿ5;87:ÿ087ÿ458ÿ8ÿ5 0ÿ84<
SSTSÿUVWÿLVXYYVÿLZ[ÿL\]VYÿZ^_T[ÿZ`aW]bcVdb[ÿK?ÿ^TT^UefWdbYgÿh^T^iÿ_^UjkTUkelmB`noK?ocdp
ÿ
Statement of Appropriated Authority
Division of Contracts and Acquisitions
1200 First Street NE, 9th Floor, Washington, DC 20002
(202) 442‐5112/Fax (202) 442‐5634
1.
Prepared by: Steven Lenz, Manager, Finance, Strategy & Technology (FNS)
2.
Office/School: Office of the Chief Operating Officer
3.
FY23 Funding Certification Date(s): 7/1/23‐9/30/23
4.
Summary of Proposed Procurement: To provide food services to DC Public
Schools
5. If contract has been awarded:
• Contractor: Sodexo
• Contract Number: GAGA‐2023‐C‐0295
• RK Number:
• PO Number:
• FY23 Contract Dates:
Funding Information:
AGENCY FISCAL AGENCY COST
GA0 if DCPS FUND ACCOUNT PROGRAM PROJECT AWARD AMOUNT
GD0 if OSSE
YEAR OBJECT CENTER
GA0 FY23 409 1010001 7132001 400011 40078 0 0 $2,591,591.33
GD0 FY23 409 4020002 7132001 400367 40229 400286 2000402 $531,987.86
GD0 FY23 409 4020002 7132001 400367 40229 400286 2000401 $511,329.98
GD0 FY23 409 4020002 7132001 400367 40229 400286 2000406 $61,510.60
GD0 FY23 409 4020002 7132001 400367 40229 400286 2000394 $211,366.55
GD0 FY23 409 1011008 7132001 400367 40229 400286 5000003 $39,624.23
GD0 FY23 409 4020002 7132001 400367 40229 400286 2000393 $15,730.51
Total $4,963,141.06
.
I hereby certify that the above referenced contract is consistent with the applicable approved financial plan and budget
for the District of Columbia Public Schools for Fiscal Year 2023. This funding obligation is subject to the availability of
appropriations and Congressional approval.
07/13/23
Name Date
DCPS AFO/Budget Officer
If applicable only: Name Date
OSSE AFO/Budget Officer
1200 First Street, NE | Washington, DC 20002 | T 202. 442. 5885 | F 202. 442. 5026 | dcps.dc.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Tommy Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: August 16, 2023
SUBJECT: Approval of Contract Action for DCPS Food Service Program Management
Contract Number: GAGA-2023-C-0295
Contractor: SodexoMagic LLC
Proposed Option Amount: NTE $4,963,141.06
___________________________________________________________________________
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
FISCAL STRATEGY OFFICE, CONTRACTS, AND ACQUISITIONS DIVISION
1200 First Street, NE, 9th Floor, Washington, DC 20002
202-442-5112 ϖ FAX 202-442-5634
LETTER CONTRACT
John White, Senior Vice President
SodexoMagic, LLC
9801 Washingtonian Blvd
Gaithersburg, MD 20878
Subject: Letter Contract GAGA-2023-C-0295
Contractor: SodexoMagic, LLC
Caption: Food Management Services
This is a letter contract between the District of Columbia Public Schools (DCPS) Acquisition Division, on
behalf of the Food and Nutrition Services division, and SodexoMagic, LLC (the “Contractor”), wherein the
Contractor agrees to provide the services outlined in the contractor’s proposal dated August 18, 2023,
which will be incorporated to this Letter Contract and the Definitive Contract.
The issuance and award of this letter contract, per the approved funding, will allow DCPS to begin
receiving services starting August 18, 2023.
DCPS intends to definitize this letter contract within 15 days from the date of award of this letter contract,
at which time this letter contract shall merge with the definitized contract. Before the expiration of the
15 days (September 1, 2023), the Contracting Officer may authorize an additional period in accordance
with Section 2425.9, 27 DCMR (1988) of the District‘s procurement regulations. If DCPS does not definitize
this letter contract within 30 days from the date of award of this letter contract or any extension thereof,
this letter contract shall expire.
In the event of the expiration of this letter contract, DCPS shall pay the Contractor for the services
performed under this letter contract in an amount not to exceed $1,000,000. In no event shall the amount
paid under this letter contract, or any extension thereof, exceed (50%) of the total definitized contract
amount.
The duration of the definitized contract shall be from August 18, 2023, through September 30, 2023; this
letter contract shall merge with the definitized contract. DCPS shall pay the Contractor for services
performed during the term of the definitized contract in an amount not to exceed $4, 963,141.06
This