MURIEL BOWSER
MAYOR
September 18, 2023
Honorable Phil Mendelson
Chairman
Councilofthe 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 202ofthe Procurement Practices Reform Actof 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. M0027 to Contract No. CW60131 with Fedcap Rehabilitation
Services, Inc. in the not-to-exceed amount of $2,543,907. The period of performance is from
October 1, 2023, through September 30, 2024.
Under the proposed modification, Fedcap Rehabilitation Services, Inc. shall continue to provide
education and occupational training services for the District's Temporary Assistance for Needy
Families program. Fedcap Rehabilitation Services, Inc. shall provide services for 150 participants.
My administration is available to discuss any questions you may have regarding the proposed
contract modification. In order to facilitate a response to any questions you may have regarding
the proposed contract, please have your staff contact Mare Scott, Chief Operating Officer, Office
ofthe Contracting and Procurement, at (202) 724-8759.
I look forward to the Council’s favorable consideration of this contract modification.
Sincerely,
Murigl Bow!
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) No: CW60131
Proposed Provider: Fedcap Rehabilitation Services, Inc.
HCA Amount: Not-to-Exceed (NTE) $2,543,907
Unit and Method of Compensation: Firm fixed price based on the Point-in-Time (PIT) number
of customers referred to as base compensation, an
incentive fee based on the contractor’s ability to meet or
exceed the performance standards outlined in the 27
DCMR 1610, and a cost reimbursable compensation based
upon the amount of allowable incentives, stipends, and
discrete work-related expenses.
Term of HCA: October 1, 2023 through September 30, 2024
(Sole Source Extension Period)
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)
1
(B) Identifying the number of the underlying contract, including the identifiers assigned to the
underlying contract by the Council for the base period and any subsequent option periods:
Base Period Amount: $2,130,023 NTE
Deemed Approved by Council (CA22-0636)
Option Period One Amount: $4,399,237 NTE
Deemed approved by Council (CA23-0301)
Option Period Two Amount: $2,503,917 NTE
Deemed approved by Council (CA23-0687)
Option Period Three Amount: $2,236,444.89 NTE
Deemed approved by Council (CA24-0272)
Option Period Four Amount: $2,543,907 NTE
Deemed approved by Council (CA24-0629)
Contract Extension Amount: $2,543,907 NTE
Explanation of difference from base period (if applicable):
There is no change in the regulated rates in FY24. However, there was an increase from the base
period to the extension period.
(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 HCA related to the Temporary Assistance for Needy Families (TANF) Education and
Occupational Training (EOT) services encompasses five service providers tasked with assisting
TANF recipients with enhancing their education and occupational skill levels.
TANF EOT services include, providing education and occupational training work readiness soft
skills enhancement for non-exempt customers in the Temporary Assistance for Needy Families
Program. The primary goal of the EOT Providers is to assist customers in enhancing their
education and occupational skill levels so that they are prepared to seek and retain unsubsidized
employment.
(D) The date on which a competitive procurement for these good or services was last
conducted, the date of the resulting award, and a detailed explanation of why a
competitive procurement is not feasible.
On May 18, 2017, a RFQ was issued to qualify providers seeking TANF EOT services on behalf of
the Department of Human Services (DHS). The submissions were evaluated in accordance with the
RFQ requirements by the technical evaluation panel. The closing date for submission was July 17,
2017. There were 22 offerors who submitted proposals in response to solicitation DOC315438; 14
were deemed qualified, eight were deemed not qualified. Three providers were awarded an HCA
for TANF EOT services on October 1, 2018, and two additional HCAs for TANF EOT services
2
were awarded on May 1, 2019.
On October 1, 2018, HCA CW60131 was awarded to Fedcap Rehabilitation Services, Inc. in the
amount of $2,130,023. The period of performance included a base with four option periods.
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 not the phase out and updating of the current TANF EOT program. Due to
the magnitude and complexity of the requirement, and the need to re-scope the DHS’ TANF EOT
program; to include the development of new requirements, soliciting, evaluating, and award, it will
take approximately 6 to twelve months to complete. The Office of Contracting and Procurement
(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 TANF
EOT program 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:
No protests 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:
Fedcap Rehabilitation Services, Inc. has the background, necessary qualifications, and adequate
financial resources to perform the contract or 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 26, 2023. The provider has provided the same or similar services for the District
and other local government agencies and received positive performance ratings. This evidence is
provided in their past performance evaluation dated, July 14, 2023. 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:
A subcontracting plan waiver, waiving the 35% subcontracting requirement, for the sole source
extension was approved by the Department of Small and Local Business Development (DSLBD).
3
(H) Performance standards and the expected outcome of the proposed contract:
The District expects the provider to continue services related to TANF EOT services for
non-exempt adult TANF customers to assist them in enhancing their education and occupational
skill level so they are prepared to seek and retain unsubsidized employment. As a result, the
participants will be prepared to seek and retain unsubsidized employment.
(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 the availability of
funds.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed sole source extension modification has been reviewed for legal sufficiency by the
Office of the Attorney General and has been determined to be legally sufficient. The proposed
provider 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 proposed contractor is current with its
District taxes, as of August 22, 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:
The information contained in the Bidder Offeror certification form, dated May 19, 2023, certifies
that Fedcap Rehabilitation Services, Inc. is current with its federal taxes.
4
(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.:
Fedcap Rehabilitation Services, Inc., is not a certified local, small, or disadvantaged business
enterprise.
(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:
Fedcap Rehabilitation Services, Inc., is not debarred, suspended, or involved in any activity that
would disqualify it from consideration for the award due to lack of integrity and business ethics
as indicated by the search results of the District’s excluded parties system, completed on July 19,
2023, and the federal excluded parties system, completed on July 19, 2023.
(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):
The determination and findings for sole source extension dated, August 25, 2023
The determination and findings for contractor responsibility dated, July 26, 2023
The determination and findings for price reasonableness dated, July 26, 2023
The determination and findings for use of a cost reimbursable line items dated, July 26, 2023
The determination and finding for use of human care agreements, dated April 13, 2017
(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
kkk ent of U strict of Columbia
— -e of the Chief Financial Ollicer 1101 4% Street, SW
Office of Tax and Revenue Washington, DC 20024
Date
ofNotice: August2 Notice Number: 0010012544
FEDCAP REHABILITATION SERVICES INC. FEIN: **-###5879
2300 MARTIN LUTHER KING JR AVE SE Case ID: 1589597
WASHINGTON DC 20020-5807
CERTIFICATE
OFCLEANHANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. Asofthe date above, the individual/entity has complied with DC Code § 47-2862, therefore
this Certificate ofClean 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)
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT.
Ke —
Authorized By Melinda Jenkins
Branch Chief, Collection and Enforcement Admini
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 Officer
MEMORANDUM
TO: Nancy Hapeman
Interim Chief Procurement Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Hayden Bernard
Agency Fiscal Officer
Department of Human Services
DATE August 3, 2023
SUBJECT: Certification of Funding Availability for Fedcap Rehabilitation Services, Inc - Contract No.
CW60131
The Office of the Chief Financial Officer hereby certifies that the sum of $2,543,907 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 Fedcap Rehabilitation Services, Inc for Education and Occupational Training Services. This
certification supports the Fedcap Rehabilitation Services, Inc contract during the period from October 01, 2023,
through September 30, 2024. The fund allocation is as follows:
Vendor: Fedcap Rehabilitation Services, Inc Contract #: CW60131
Fiscal Year 2024 Funding: October 01, 2023 - September 30, 2024
Agency Fund Program Account Grant/Ph Amount
JA0 4020002 Economic Security Administration 714100C AFTF40/24 $2,543,907
FY 2024 Contract Total: $2,543,907
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.
______________________________________________________________________________
64 New York Avenue, N.E., 4th Floor, Washington, DC 20002 (202) 671-4200 Fax (202) 671-4203
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: September 7, 2023
SUBJECT: Approval of Sole Source Human Care Agreement Extension for One Option
Period of One Year
Contractor: Fedcap Rehabilitation Services
Contract Number: CW60131
Contract NTE Amount: $2,543,907.00
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 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
DocuSign Envelope ID: 8B4A47C8-77F4-4EFE-BA78-FBD9C62EAAF5
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW60131 1 1
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption