MURIEL BOWSER
    MAYOR
September 18, 2023
Honorable Phil Mendelson
Chairman
Councilof 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 202ofthe 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. M0029 to Contract No. CW68845 with KRA Corporation, 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, KRA Corporation shall continue to provide education and
occupational training services for the District's Temporary Assistance for Needy Families
program. KRA Corporation 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, please have
yourstaff contact Mare Scott, Chief Operating Officer, Officeofthe Contracting and Procurement,
at (202) 724-8759.
I look forward to the Council’s favorable considerationof this contract modification.
Sincerely,
Muriq!   Bows!
                    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:             CW68845
    Proposed Provider:                         KRA Corporation
    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:                    $1,558,438.44 NTE
    Deemed approved by Council             (CA23-0091)
    Option Period One Amount:              $4,399,237 NTE
    Deemed approved by Council             (CA23-0251)
    Option Period Two Amount:              $2,503,917 NTE
    Deemed approved by Council             (CA23-0694)
    Option Period Three Amount:            $2,236,444.89 NTE
    Deemed approved by Council             (CA24-0262)
    Option Period Four Amount:             $2,543,907 NTE
    Deemed approved by Council             (CA24-0628)
    Contract Extension Amount:            $2,543,907 NTE
    Explanation of difference from base period (if applicable):
    The increase from the base period reflects changes in the regulated rates. In addition, the base
    period of performance was a five-month term, and the sole source extension period is a full 12-
    month term.
(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 TANF 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 and eight were deemed not qualified. Three providers were awarded an
     HCA for TANF EOT services on October 1, 2018, and two additional HCAs were awarded on
     May 1, 2019.
                                                  2
     On May 1, 2019, HCA CW68845 was awarded to KRA Corporation in the amount of
     $1,558,438.44. The period of performance included a five month base period 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 six to 12 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:
    KRA Corporation 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 28, 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, April 1, 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 July 31, 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 15, 2023, certifies
    that it KRA Corporation 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.:
    KRA Corporation, 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:
    The District has no information indicating that KRA Corporation is not debarred, suspended, or
    involved in any activity that would qualify 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
    list, completed on July 28, 2023; and the federal excluded parties system, completed on July 28,
    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 31, 2023
    The determination and findings for price reasonableness dated, July 31, 2023
    The determination and findings for use of a cost reimbursable line items dated, July 31, 2023
    The determination and findings for use of human care agreement 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
*                 Government ofthe District ofColumbia
*
*
  MEE             Office oftheChief Financial Officer                                                 1101 4% Street, SW
  Hmmm            Office ofTax and Revenue                                                            ‘Washington, DC 20024
Date of Notice:   July 31, 2023                                               Notice Number: 0009766991                   =
KRA CORPORATION                                                               FEIN: **-#0252
5950 SYMPHONY WOODS RD STE 211                                                Case ID: 1586030
COLUMBIA MD 21044-3421
                                           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 ofEmployment
    Services. Asofthe 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)
                   § 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 ofClean Hands” hyperlink under the Clean Hands section.
                         1101 4th Street SW, Suite W270, Washington, DC 20024/Phone:(202)724-S045/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 KRA Corporation - Contract No. CW68845
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 KRA Corporation for Education and Occupational Training Services. This certification
supports the KRA Corporation contract during the period from October 01, 2023, through September 30, 2024. The
fund allocation is as follows:
Vendor: KRA Corporation                                                                  Contract #: CW68845
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: KRA Corporation
                Contract Number: CW68845
                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
                                                                                                                I 1. Contract Number            I   Page of Pages
AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT
2. Amendment/Modification Number         3. Effective Date
                                                                                                                I CW68845                       I       1   I   1
                                                                               4. Requisition/Purchase Request No.            5. Solicitation Caption