MURIEL BOWSER
MAYOR
September 12, 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:
P 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 Modification No. M0034 to Contract No. CW63372 with Community of Hope, Inc., in
the not-to-exceed amount of $3,615,846.84. The period of performance is from October 1, 2023
through September 30, 2024.
Under the proposed modification, Community of Hope, Inc. shall continue to provide continuous
comprehensive services necessary to operate a home-like environment for families experiencing
homelessness located within the District.
My administration is available to discuss any questions you may have regarding the proposed
modification. 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
(Sole Source)
(A) Human Care Agreement (HCA)
Number: CW63372
Proposed Provider: Community of Hope, Inc.
HCA Amount: Not-to-Exceed (NTE) $3,615,846.84
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: October 1, 2023 through September 30, 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 $3,188,626
(CA22-0719)
Option Period One Amount: NTE $3,255,540
(CA23-0309)
Option Period Two Amount: NTE $3,325,674
(CA23-0681)
1
Option Period Three Amount: NTE $3,220,158.96
(CA24-0264)
Option Period Four Amount: NTE $3,510,531
(CA24-0657)
Contract Extension Amount: NTE $3,615,846.84
Explanation of difference from base period (if applicable): An 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 four of the seven were deemed qualified
for site three.
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, Community of Hope, Inc. met all criteria, and
therefore was deemed qualified and issued an HCA. The HCA was awarded on October 15, 2018.
2
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:
Community of Hope, 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 July 25, 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. 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:
Community of Hope, Inc. proposes to subcontract $1,265,600, 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.
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
3
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 July 25, 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, Community of Hope,
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.:
Community of Hope, 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:
Community of Hope, 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 July 25, 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 August 10, 2023.
The determination and findings for cost reimbursement dated August 10, 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: July 25, 2023 Notice Number: L0009800737
THE COMMUNITY OF HOPE FEIN: **-***4749
4 ATLANTIC ST SW Case ID: 1580241
WASHINGTON DC 20032-2350
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
DEPARTMENT OF HUMAN SERVICES
***
Office of the Agency Fiscal Office
MEMORANDUM
TO: Nancy Hapeman
Interim Chief Procurement Officer
Office ofContracting and Procurement
THRU: Delicia V. Moore Stephanie StephanoeRot>nson
Digltally signedby
. . . _
Associate ch·1efFmanc1a1 Offi1cer Robinson �������,:
Human Support Services Cluster
FROM: H ay den Bernard V �drrV,�rf6�
Agency Fiscal Officer
llr 8�
Department ofHuman Services
DATE August 2, 2023
SUBJECT: Certification of Funding Availability for Community ofHope- Triumph Contract# CW63372
The Office of the Chief Financial Officer hereby certifies that the sum of $3,615,846.84 is included in the District's
Local Budget and Financial Plan for Fiscal Year 2024 to fund the costs associated with the Department of Human
Services Contract with Community of Hope - Triumph for Short Term Family Housing Services. This certification
supports The Community of Hope - Triumph contract during the period from 10/01/23 - 09/30/24. The fund
allocation is as follows:
Vendor: Community of Hope-Triumph Contract#: CW63372
F.1scaI Year 2024 Fun d.m2: 10/01/23 - 09/30/24
DIFS
DIFS DIFS DIFS
Agency Fund Index PCA Object Cost Amount
Fund Program Account
Center
JA0 100 ASTFH HHC55 501 1010001 70348 700179 7141002 $3,615,846.84
FY 2024 Contract Total: $3,615,846.84
Upon approval of the District's Local Budget and Financial Plan by the Council and the Mayor and completion of
the thirty-day Congressional layover, funds will be sufficient to pay for fees and costs associated with the contract.
There is no fiscal impact associated with the contract.
Should you have any questions, please contact me at (202) 671-4240.
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 24, 2023
SUBJECT: Approval to Exercise Additional Sole Source Extension Period of Contract
Number CW62890 for Short Term Family Housing (STFH) Sites
Contractor: Community of Hope, Inc.
Type of Contract: Firm Fixed Price with Cost Reimbursement Component
Proposed Extension Period Amount: Not To Exceed $3,615,846.84
This is to certify that this Office has reviewed the above referenced proposed contract action. To
the extent OAG is being requested to review the contents of the proposed contract action the
contents are found to be legally sufficient.
______________________________
P.P.
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MO