MURIEL BOWSER
MAYOR
October 11, 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. M001 to Contract No. DCKA-2022-C-0007 with NovoaGlobal,
Inc. in the not-to-exceed amount of $1,368,000 from $6,385,824 to $7,753,824. The
modification’s period of performance is from date of award through May 2, 2025.
Under the proposed modification, NovoaGlobal, Inc. shall provide leased portable and stationary
traffic enforcement systems for oversize vehicle violations and other technical services for the
Automated Traffic Enforcement Program.
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, 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
(Multiyear)
(A) Contract Number: DCKA-2022-C-0007
Modification No. M001
Proposed Contractor: NovoaGlobal, Inc. (NovoaGlobal)
Contract Proposed Modification Amount: Not-to-Exceed (NTE) $1,368,000
Unit and Method of Compensation: Fixed Unit Prices
Term of Contract: Date of award through May 2, 2025
Type of Contract: Indefinite Delivery Indefinite Quantity
Source Selection Method: Request for Proposals (RFP)
(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 (including proposed modification): Base: $6,385,824 and with the added
modification amount of $1,368,000 brings the total to: NTE $7,753,824. The $1,368,000 is just for
the based period of the Contract. The pricing for the remaining years is different every year for the
original contract items and for the oversized addressed in this modification.
(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 proposed contractor shall provide leased portable and stationary traffic enforcement systems
for stop sign violations and, by this modification, additionally for oversize vehicle violations. The
systems shall be a turn-key operation to include full-service support, installation, maintenance, and
auxiliary services (the required services).
1
(D) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
The District solicited proposals using full-and-open competition for a contractor to provide the
required services. Two proposals were received and evaluated. The technical evaluation panel
evaluated the responsive proposals based solely on the evaluation criteria established in the RFP as
follows.
Factor Evaluation Criteria
Factor A Technical Approach
Factor B Key Personnel
Factor C Past Performance
Factor D Price
The technical evaluation panel identified NovoaGlobal as the most highly qualified offeror. The
contracting officer (CO) independently reviewed the panel’s evaluation procedures, consensus
comments and ratings, and technical and price proposals. The CO concurred with the panel’s
rankings and determined NovoaGlobal to be the most advantageous offeror to the District for the
oversize vehicle violations systems.
(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:
On July 6, 2022, a protest was filed by Conduent State & Local Solutions, Inc. (Conduent) under
solicitation number DCKA-2022-D-0007. Conduent challenged the District’s rejection of its
proposal for failing to submit a subcontracting plan complying with D.C. Code § 2–218.46 (d)(1).
The protest was resolved by the District taking voluntary corrective action.
On November 18, 2022, a protest was filed by ATSI under solicitation number DCKA-2022-D-
0007. ATSI challenged the District’s rejection of its proposal for failing to submit a subcontracting
plan complying with D.C. Code § 2–218.46 (d)(1). Due to programmatic needs, the District made
material changes to the requirements which necessitated a reopening of the solicitation and thus
rendered the protest moot.
(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:
NovoaGlobal has extensive experience providing and developing advanced automated photo
enforcement solutions designed to improve traffic safety, enforce traffic laws, and reduce road
injuries and fatalities. In addition, NovoaGlobal has successfully provided the same or similar
services to the District.
2
(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:
The proposed contractor will utilize five certified business enterprise (CBE) subcontractors to fulfill
the 35% CBE subcontracting requirement. The total contract value of this modification is
$1,368,000, and the minimum CBE subcontracting requirement is $478,800. The proposed contract
meets the subcontracting requirement.
(H) Performance standards and the expected outcome of the proposed contract:
At the oversight of the District Department of Transportation contract administrator, the proposed
contractor will provide the required services in accordance with the terms of the contract.
(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:
$0
(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:
On July 27, 2023, the Agency Fiscal Officer certified that the contract funding is consistent with the
applicable financial plan and budget.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Office of the Attorney General has reviewed and approved the proposed contract for legal
sufficiency. The proposed contractor has no 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 contractor is current with its District taxes per the Clean Hands certification dated September
21, 2023.
3
(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 contractor is current with its federal taxes per the System for Award Management validation
performed July 17, 2023.
(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.:
NovoaGlobal is not a certified 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:
The contractor is not debarred or an excluded party on the District or federal listings per the
validations dated February 14, 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):
Determination and Findings for Price Reasonableness
Determination and Findings for Contractor Responsibility
Determination and Findings for Multiyear Contract
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
https://ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
https://ocp.dc.gov
4
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: September 21, 2023 Notice Number: L0010175231
NOVOAGLOBAL, INC. FEIN: **-***7807
8018 SUNPORT DR STE 203 Case ID: 1627858
ORLANDO FL 32809-8106
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 Services Cluster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: DCKA-2022-C-0007
Contract Name: Automatic Traffic Safety Enforcement Services
Contractor: NovoaGlobal, Inc.
Contract Ceiling Amount: $7,753,824
Current Available Amount: $136,800
==============================================================================
I, Calvin Skinner, Agency Fiscal Officer, OCFO, hereby certify that the amount of $136,800 is
available for the above referenced contract and that the service is within the appropriate budget
authority for the agency for FY 2023 and is consistent with the applicable approved financial plan
and budget. Future orders above the available funding are contingent upon the identification of
additional funding.
____________________________________ 07/27/23
_________________
Calvin Skinner Date
Agency Fiscal Officer, OCFO
250 M Street, S.E., Washington, DC 20003 Telephone: (202) 671-2300
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 21, 2023
SUBJECT: Approval of Modification No. 01 to Multiyear Contract Award over One
Million Dollars
Automated Traffic Enforcement; Oversized Vehicles Enforcement
Contractor: NovoaGlobal, Inc.
Contract No.: DCKA-2022-C-0007/ Modification No. 01
Total Minimum Amount: $349,752.00
Total Maximum Amount: $7,753,824.00
______________________________________
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
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 1. Contract Number Page of Pages
DCKA-2022-C-0007 1 9
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
Modification No. 1 See Box 16C Automated Traffic Enforcement
6. Issued by: Code 7. Administered by (If other than line 6)
District Department of Transportation District Department of Transportation
Office of Contracting and Procurement Traffic Enforcement Division
250 M St SE, 7th Floor 250 M St SE
Washington, DC 20003 Washington, DC 20003
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
NovoaGlobal Inc. 9B. Dated (See Item 11)
8018 Sunport Drive, Suite 203
Orlando, FL 32809 10A. Modification of Contractor/Order No.
DCKA-2022-C-0007
10B. Dated (See Item 13)
Code Facility May 3, 2023
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 one (1) copy 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): 27 DCMR, Chapter 36, 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:
C. This supplemental agreement is entered into pursuant to authority of: 27 DCMR § 3601.2(c)
X
D. Other (Specify type of modification and authority)
E. IMPORTANT: Contractor is not is required to sign this document and return one (1) copy to the issuing office.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
Please see Summary of Changes. The purpose of this modification is the following:
1) To revi