MURIEL BOWSER
MAYOR
October 10, 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 Modification No. M0007 to Contract No. CW81914 with Bayne, LLC to exercise option
year three in the not-to-exceed amount of $10,000,000. The period of performance is from
November 10, 2023, through November 09, 2024.
Under the proposed modification, Bayne, LLC shall continue to provide temporary support
services.
I am available to discuss any questions you may 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-3) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c-3), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Option)
(A) Contract Number: CW81914
Proposed Contractor: Bayne, LLC
Contract Amount (Option Period): Minimum $10.00
Maximum $10,000,000.00
Term of Contract: November 10, 2023 through November 9, 2024
(Option Year Three)
Type of Contract: Indefinite Delivery/Indefinite Quantity with
payment based upon fixed-prices.
(B) Identifying 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:
The identifying number of the underlying contract is indicated below:
Base Year: CA23-0719 Minimum $10
Maximum $10,000,000.00
Option Period One: CA24-0302 Minimum $10
Maximum $10,000,000.00
Option Year Two: CA24-0688 Minimum $10
Maximum $10,000,000.00
Option Year Three: Minimum $10
Maximum $10,000,000.00
Option Year Four: Minimum $10
Maximum $10,000,000.00
1
(C) A statement 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 report indicates Bayne, LLC is current with its District taxes dated
August 22, 2023.
(D) A statement 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 Agency Fiscal Officer has certified that funds are available for FY2024 and for FY2025 have
been budgeted by the agency. See Funding Certifications.
2
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: August 22, 2023 Notice Number: L0009969312
BAYNE LLC FEIN: **-***5247
4909 SOUTH DAKOKA AVE NE Case ID: 1596170
WASHINGTON DC 20017
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
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
a kk
a
a
MEMORANDUM
To: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas 4 Awae
Agency Fiscal Officer
DATE: ‘September 05, 2023
SUBJECT: Certification of Funding Availability for DCSS Contracts
CW81914 - Bayne, LLC
PERIOD: — October 1, 2023, thru September 30, 2024
This is to certify that the Office of Contracting and Procurement has $10,000.00 in its FY2024
budget to cover potential costs that may be incurredif a minimum order is not achieved for the
DistrictofColumbia Supply Schedule (DCSS) contracts,
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). Ifno orders are placed against a DCSS contract, pursuant to
the DCSS Terms and Conditions, clause 5, the District guarantees the minimum order for each
contract in the amount of $10.00 for the base year and four option years. Any additional orders
placed on the DCSS contracts will be encumbered by the ordering agency prior to issuance.
There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would
be sufficient to cover the possibility of having to pay $10.00, upon request, to multiple
contractors.
441 4* St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
a kk
mz
=
MEMORANDUM
TO: ‘Nancy Hapeman, InterimChief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas Amagshis Awae
Agency Fiscal Officer
DATE: September 23, 2023
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW81914- Bayne, LLC
PERIOD: — October 1, 2024, thru September 30, 2025
This is to certify that the Office of Contracting and Procurement will allocate $10,000.00 in its
FY2025 budget to cover potential costs that may be incurred if a minimum order is not achieved
for the District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a DCSS contract, pursuant to
the DCSS Terms and Conditions, clause 5, the District guarantees the minimum order for each
contract in the amountof$10.00 for the base year and four option years. Any additional orders
placed on the DCSS contracts will be encumbered by the ordering agency prior to issuance.
‘There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would
be sufficient to cover the possibility of having to pay $10.00, upon request, to multiple
contractors.
Availability of FY 2025 budget is subject to approvalof budget by the Council and Congress
441 4" St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW81914 1 1
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
M0007 16C Temporary Support Services
6. Issued by: Cod 7. Administered by (If other than line 6)
e
Office of Contracting and Procurement Office of Contracting and Procurement
441 4th Street, NW, Suite 330 South 441 4th Street, NW, Suite 330 South
Washington, DC 20001 Washington, DC 20001
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
9B. Dated (See Item 11)
Bayne, LLC
4909 South Dakota Avenue, NE, 10A. Modification of Contract/Order No
Washington, DC 20017 X
Attn: Anthony Hales CW81914
202-656-4852
Code Facility 10B. Dated (See Item 13)
11/10/20
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning __________ copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer
submitted; or (c) BY separate letter or fax which includes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGMENT TO BE
RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF
YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such may be made by letter or fax, provided each letter or telegram
makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTORS/ORDERS ,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to (Specify Authority):
The changes set forth in Item 14 are made in the contract/order no. in item 10A.
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation data
etc.) set forth in item 14, pursuant to the authority of 27 DCMR,.
C. This supplemental agreement is entered into pursuant to authority of: 27 DCMR, Chapter 36, Section 3601.2
X D. Other (Specify type of modification and authority) 27 DCMR, Chapter 20, Section 2008
E. IMPORTANT: Contractor is not is required to sign this document and return one copy to the issuing office.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
A. Pursuant to section 3.2 Option to Extend the Term of the Contract, Contract Number CW81914 is hereby modified as
follows:
1. The District of Columbia Office of Contracting and Procurement hereby exercises its option to
extend the term of the contract for the period of November 10, 2023 through November 9, 2024
(Option Year 3) with a not to exceed contract amount of $10,000,000.00.
B. The contractor is bound by Wage Determination No. 2015-4281, rev. 27 dated 06/30/23 issued by the
Department of Labor. (Attached)
Except as provided herein, all terms and conditions of the document is referenced in Item 9A or 10A remain unchanged and in full force and effect.
15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer
Priscilla Mack
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
(Signature of person authorized to sign) (Signature of Contracting Officer)