MURIEL BOWSER MAYOR November 2, 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 Contract No. GAGA-2023-T-0370 with CDW Government, LLC. in the amount of $1,290,672.15. The period of performance is from November 16, 2023, to October 30, 2024. Under the proposed contract, CDW Government, LLC shall provide a Microsoft software licenses to the District of Columbia Public Schools. My administration is available to discuss any questions regarding the proposed contract. In order to facilitate a response to any questions you may have, please have your staff contact LaVeta Hilton, Deputy Chief Procurement Officer, District of Columbia Public Schools, at (202) 442- 5136. I look forward to the Council’s favorable consideration of this proposed contract. Sincerely, Muriel Bowser GOVERNMENT OF THE DISTRICT OF COLUMBIA District of Columbia Public Schools 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 (Standard) (A) Contract Number: GAGA-2023-T-0370 Proposed Contractor: CDW Government, LLC Contract Amount: $1,290,672.15 Unit and Method of Compensation: Firm fixed price per software unit Term of Contract: November 16, 2023, to October 30, 2024 Type of Contract: Firm Fixed Price Source Selection Method: Cooperative Agreement. (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: n/a (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 vendor will provide DCPS with Microsoft software. (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: On September 13, 2023, DCPS issued a task order against Sourcewell contract number 081419- CDW between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and CDW Government LLC (Vendor), 230 N. Milwaukee Ave., Vernon Hills, IL 60061. 1 (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: There are no protests pending. (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: CDW Government, LLC, previously provided Microsoft software to the District of Columbia Government and DCPS. Based on past performance with the agency, the contractor has the necessary organization, experience, accounting and operational controls, technical skills, ability to obtain, and a satisfactory record of integrity and business ethics. Considering all existing commercial and governmental business commitments and its satisfactory performance record, DCPS believes CDW Government, LLC, can comply with the required or proposed delivery or performance schedule. The contractor has outlined in its bid a designated team that will perform, coordinate, and track the services. Although the CWD Government LLC Dun & Bradstreet report shows a high risk of delinquent payments, that does not impact its ability to provide Microsoft software to DCPS. (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: CDW Government LLC is providing Microsoft Software and associated services through a cooperative agreement; therefore, no subcontracting plan is required. (H) Performance standards and the expected outcome of the proposed contract: CDW Government LLC’s performance will be regularly and routinely monitored by the DCPS Office of Data and Technology. The expected outcome of the proposed contract is for CDW Government, LLC., to provide the District of Columbia Public Schools with software that is a suite of applications designed to help with productivity and completing daily tasks on a computer, such as document sharing, presentations, and spreadsheets. The software will also provide DCPS with the ability to communicate using the Microsoft Outlook email suite and use Microsoft Teams to arrange virtual meetings and conference calls to remain connected with other staff. 2 (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: The DCPS Agency Fiscal Officer has certified funds that the proposed contract is within the appropriated budget authority for DCPS 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 certification of funding is attached. (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 determined to be legally sufficient by the Office of the Attorney General. The legal sufficiency certification is attached. The Contractor does not have any known pending legal claims against the District of Columbia. (L) A certification that the 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 in compliance with the Office of Tax and Revenue and the Department of Employment Services tax requirements. A Certificate of Clean Hands, dated August 3, 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 Contractor is current with its taxes pursuant to its signed “Bidder/Offeror Certifications” dated September 13, 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.: CDW Government is not a certified business enterprise. (O) Other aspects of the proposed contract that the Chief Procurement Officer considers significant: 3 Not Applicable (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: CDW Government, LLC. is not on the Federal Excluded Parties List or the Office of Contracting and Procurement Excluded Parties List dated September 6, 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): D&F Contractor’s responsibility D&F Price Reasonableness D&F Cooperative Purchase (R) Where the contract and any amendments or modifications, if executed, will be made available online: https://dcps.dc.gov/page/doing-business-dcps (S) Where the original solicitation and any amendments or modifications will be made available online: https://dcps.dc.gov/page/doing-business-dcps 4 '(8784ÿÿ458ÿ 474ÿÿ) *8ÿÿ458ÿ58ÿ! )ÿ*87 0010ÿ345ÿ6478849ÿ6 *8ÿÿ+,ÿ-ÿ.8(88ÿ 549ÿÿ113  48ÿÿ48 4ÿ9ÿ1 48ÿ 8711130  ÿ'*/".0"+ÿ1 !"#ÿ$$%$$$1001 1ÿÿ0# 23""ÿ/"  8ÿ#ÿ00 /".*ÿ4#6ÿ#ÿÿ51150%313 ÿ ÿ >?@ABCB>DA?ÿFCÿ>G?DHÿIDHJK  ÿ78;748-ÿÿ458ÿ)8ÿ4 -ÿ8489ÿ458ÿ (8ÿ788788-ÿ-(-)L8448ÿ5 ÿÿ44- ) )48ÿM45ÿ458ÿ 474ÿÿ) ÿ*8ÿÿ+,ÿ-ÿ.8(88ÿ7ÿ458ÿ8;7484ÿÿ";)884 687(81ÿ ÿÿ458ÿ-48ÿ (89ÿ458ÿ-(-)L8448ÿ5 ÿ;)8-ÿM45ÿÿ-8ÿNÿ3O%59ÿÿ4587878 45 ÿ87448ÿÿ)8ÿ4 -ÿÿ 8-1 +#+"ÿ3O1ÿ+P+#*9ÿ#"6#'9ÿQ".0#+69ÿ66"660"+69ÿÿ!""6 4Q+".ÿÿ'"".ÿ#"6" 6264Q+".ÿ##1ÿ"ÿ46ÿ6"!*."ÿ.""#/#'ÿÿ#"6"ÿ*.ÿQ".0#+ 11ÿ*"ÿNÿ3O%5ÿR115S Nÿ3O%5ÿQ.*4#6#+#*ÿ'#6+ÿ#662"ÿ*!ÿ#"6"ÿ*.ÿQ".0#+ 45778-ÿ68ÿ08)-ÿ98: 675ÿ589ÿ))84ÿ-ÿ"7884ÿ- 474 +ÿ()-48ÿ45 ÿ874489ÿ;)8 8ÿ( 4ÿ08+,11(1ÿ*ÿ458ÿ08+,ÿÿ58;89ÿ):ÿ458 ÿ_UU_VfgXecZhÿi_U_jÿ̀_VklUVlfmnAaopJ>pdeq ÿ Certification of Funding Office of Fiscal Strategy 1200 First Street NE, 9th Floor, Washington, DC 20002 (202) 442‐5112/Fax (202) 442‐5634 1. Prepared by: Andy Hai Ting- Manager, Fiscal Responsibility & Systems Improvement 2. Funding Certification Period: 11/1/23-9/30/24 3. Summary of Proposed Procurement: Inventory Management Contract extension 4. If contract has been awarded: • Contractor: CDW Government • Contract Dates: 11/1/23-9/30/24 Contract Number: GAGA-2023-T-0370 Contract Amount: $1,290,672.15 RK Number: PO Number: Funding Information: AGENCY FISCAL AGENCY COST GA0 if DCPS FUND ACCOUNT PROGRAM PROJECT AWARD AMOUNT GD0 if OSSE YEAR OBJECT CENTER GA0 24 711 1010001 7171009 400271 40079 0 0 $1,290,672.15 Total $1,290,672.15 . I hereby certify that the above referenced CDW Government contract is within the appropriated budget authority for the agency and is consistent with the financial plan and budget adopted in accordance with DC Official Code §§ 47-392.01 and 47- 392.02 for the District of Columbia Public Schools for the applicable period of performance. The funding obligation for Fiscal Year 2024 is subject to Congressional approval. 10/4/2023 Revised 10/4/23 Name Date DCPS Agency Fiscal Officer 1200 First Street, NE | Washington, DC 20002 | T 202. 442. 5885 | F 202. 442. 5026 | dcps.dc.gov GOVERNMENT OF THE DISTRICT OF COLUMBIA Office of the Attorney General ATTORNEY GENERAL BRIAN L. SCHWALB Commercial Division MEMORANDUM TO: Thomas Wells Director Office of Policy and Legislative Affairs FROM: Robert Schildkraut Section Chief Government Contracts Section DATE: October 27, 2023 SUBJECT: Approval of Contract Action for Microsoft Software & Associated Servies & Support Contract Number: GAGA-2023-C-0370 Contractor: CDW Government, LLC Proposed Option Amount: NTE $1,290,672.15 ___________________________________________________________________________ This is to Certify that this Office has reviewed the above-referenced Contract and modification 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 (202) 724-4018. ______________________________ Robert Schildkraut 400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400 GOVERNMENT OF THE DISTRICT OF COLUMBIA 1. REQUISITION NUMBER PAGE TASK ORDER/DELIVERY ORDER FOR SERVICES OFFEROR TO COMPLETE BLOCKS 18 & 29 1 of 10 3. Award/Effective Date 2. TASK ORDER AGREEMENT NO. 4. CONTRACT NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE GAGA-2023-T-0370 See Block 16c. 081419-CDW (Sourcewell) 7. FOR SOLICITATION A. NAME B. TELEPHONE (No Collect Calls) 8. OFFER DUE DATE: INFORMATION CONTACT Email Cyrus.Verrani@k12dc.gov Cyrus Verrani (202) 442-5135 8/01/2023 9. ISSUED BY 10. THIS ACQUISITION IS 11. DELIVERY FOR FOB 12. PAYMENT DISCOUNT DESTINATION UNLESS TERMS UNRESTRICTED BLOCK IS MARKED District of Columbia Public Schools SET ASIDE %FOR N/A Net 30 days Contracts and Acquisitions Division SMALL BUSINESS 13. RESERVED SMALL DISADV. BUS. 1200 First Street, NE GSA Washington, DC 20002 DCSS 14. METHOD OF SOLICITATION (202) 442-5112 - FAX (202) 442-6501 Cooperative Procurement: SIZE STANDARD: RFTOP RFQ IFB RFP 2-STEP 5. CONTRACTOR / OFFEROR 16. PAYMENT WILL BE MADE BY CODE CDW Government LLC 230 N. Milwaukee Ave. District of Columbia Public Schools Office of Accounts Payable Vernon Hills, IL 60061 1200 First Street NE, 11th Floor. Washington, DC 20002 15A DUNS NO. 15B TAX ID NO. 17. DELIVER TO 18. ADMINISTERED BY District of Columbia Public Schools District of Columbia Public Schools Phone: 1(202) 671-6080 Contracts and Acquisitions Division Office of Data and Technology 1200 First Street, NE, Floor 9 1200 First Street, NE Washington, DC 20002 Washington, DC 20002 18A. CHECK IF THE REMITTANCE IS DIFFERENT AND PUT SUCH AN ADDRESS IN THE 18B. SUBMIT INVOICES TO THE ADDRESS SHOWN IN BLOCK 16 OFFER UNLESS THE BLOCK BELOW IS CHECKED SEE ADDENDUM 19 20 21 22 23 24 ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT See the Pricing Table in Attachment B for CLINs. 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD (FOR GOVT. USE ONLY) PURCHASE ORDER NO. $1,290,672.15 27. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ONE 28. THE FOLLOWING DOCUMENTS ARE INCORPORATED BY REFERENCE INTO COPY TO THE ISSUING OFFICE. THE CONTRACTOR AGREES TO FURNISH THIS TASK ORDER IN THE FOLLOWING PRIORITY: (1) CONTRACTOR’S Technical AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE proposal THIS ORDER IS ISSUED SUBJECT TO THE TERMS AND CONDITIONS OF AND ON ANY ADDITIONAL PAGES SUBJECT TO THE TERMS AND THE DC SUPPLY SCHEDULE CONTRACT, FEDERAL SUPPLY SCHEDULE CONDITIONS SPECIFIED HEREIN. THIS ORDER IS ISSUED SUBJECT TO THE CONTRACT OR COOPERATIVE AGREEMENT IDENTIFIED IN BLOCK 4. TERMS