MURIEL BOWSER
MAYOR
November 9, 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 definitive Contract No. CW110208 with Ramjay, Inc. in the not-to-exceed amount of
$6,444,900. The period of performance is from August 22, 2023, through August 21, 2024.
Under the proposed contract, Ramjay, Inc., shall provide alternative school transportation services
to eligible students with disabilities.
My administration is 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
(Letter Contract or Emergency Contract)
(A) Contract Number: CW110208
Proposed Contractor: Ramjay, Inc. (Ramjay)
Contract Amount: Not-to-exceed (NTE) $6,444,900
Unit and Method of Compensation: Fixed fee per unit
Term of Contract: Base Period: August 22, 2023 through August 21, 2024
Type of Contract: Indefinite Delivery-Indefinite Quantity
Source Selection Method: Invitation for Bid (multi-award)
(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: NTE $6,444,900
Option Period One Amount: NTE $6,638,247
Explanation of difference from base period (if applicable): The difference from the base period
is due to an anticipated increase in salaries and costs associated with providing services.
Option Period Two Amount: NTE $6,836,999.40
Explanation of difference from base period (if applicable): The difference from the base period
is due to an anticipated increase in salaries and costs associated with providing services.
Option Period Three Amount: NTE $7,041,988.80
Explanation of difference from base period (if applicable): The difference from the base period
is due to an anticipated increase in salaries and costs associated with providing services.
1
Option Period Four Amount: NTE $7,253,631
Explanation of difference from base period (if applicable): The difference from the base period
is due to an anticipated increase in salaries and costs associated with providing services.
(C) The date on which the letter contract or emergency contract was executed:
August 22, 2023
(D) The number of times the letter contract or emergency contract has been extended:
None.
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
$417,000 (PO693566, awarded August 30, 2023).
(F) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
Transportation services to students with disabilities who are eligible for school transportation.
(G) 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 Office of Contracting and Procurement issued an Invitation for Bid, solicitation number
Doc661483, on July 21, 2023, seeking multiple contractors to provide student transportation
services, with the intent to award to all responsible, and responsive bidders with reasonable prices.
Seventeen vendors were invited, of which eight were District certified business enterprises (CBEs).
Fourteen bids were received, with eight of those being from CBEs. Of the fourteen bids, six were
nonresponsive (did not meet the insurance requirements) and two bids were rejected for
unreasonable pricing (over 220% of the average price).
There were no evaluation criteria. However, the contractors were required to provide past
performance documentation demonstrating prior experience in providing door-to-door
transportation services to students in accordance with the Individuals with Disabilities Education
Act.
Five contracts were awarded: four to CBE’s and one to open market.
(H) 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:
2
No protests were filed related to this contract award.
(I) 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:
Ramjay has provided transportation services to the greater Washington metropolitan area since
2001. They have adequate financial resources to perform the contract and the ability to obtain those
resources. The evidence is provided from the contractor’s financial history as reported by the Dun
and Bradstreet business report obtained on September 8, 2023. Previously, Ramjay successfully
provided student transportation services for the District under contract number CW105633.
(J) 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 full waiver of the 35% subcontracting requirement has been approved by the Department of
Small and Local Business Development.
(K) Performance standards and the expected outcome of the proposed contract:
Safe and timely transportation of the students, to and from school.
(L) 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:
$417,000 (PO693566, awarded August 30, 2023).
(M) 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 Office of the Chief Financial Officer certifies 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.
(N) 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 the contract and finds it legally sufficient. The
Contractor does not have any pending legal claims against the District.
3
(O) 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):
As of September 11, 2023, Ramjay does not owe or is delinquent on any taxes with the Government
of the District of Columbia.
(P) 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 certified that it is current with its federal taxes within their bidder/offeror
certification.
(Q) 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.:
The contractor is a CBE.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(S) 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 from providing goods or services to the District or federal
government.
(T) 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 for Price Reasonableness was executed on September 21, 2023.
D&F for Contractor Responsibility was executed on September 26, 2023.
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
All contract documents, including modifications, will be available at https://contracts.ocp.dc.gov/.
4
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
The original solicitation and amendments are available at www.ocp.dc.gov.
5
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 11, 2023 Notice Number: L0010222784
RAMJAY INC FEIN: **-***6841
2006 MARTIN LUTHER KING JR AVE SE UNIT 213 Case ID: 1632131
WASHINGTON DC 20020-7008
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 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: October 25, 2023
SUBJECT: Transportation Services to Eligible Students with Disabilities
Contractor: Ramjay, Inc
Contract No.: CW110208
Total Amount: NTE $ 6,444,900.00
_____________________________________________
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
EDUCATION CLUSTER
MEMORANDUM
FY 2023 Funding Certification
Contractor: Ramjay, Inc (CW110208)
Contract Ceiling Amount $6,444,900
Available Funding $2,553,780
Funding Source Local Fund
Organization GO0- Special Education Transportation
Fiscal Year 2024
I, Shavonne Smith, Agency Fiscal Officer, certify that the Special Education Transportation has
$2,553,780 available funding for the above referenced contract in the FY 2024 approved budget.
Future orders above the available funding are contingent upon the identification of additional
funding and subject to approval and appropriation of funding.
11/9/2023
Shavonne Smith Date
Agency Fiscal Officer
1050 First Street, N.E., 3rdth Floor, Washington, D.C. 20002
Phone: (202) 442-5300 Fax: (202) 442-5305
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
August 21, 2023
Ramjay, Inc.
2006 Martin Luther King, Jr., Suite 214
Washington, DC 20020
Subject: Letter Contract No. CWl 10208
Caption: Alternative Student Transportation Services
Dear Jayasekar Jayaraman:
This is a letter contract between the District of Columbia (District) and Ramjay Inc, (Contractor),
wherein Contractor agrees to provide student transportation services as set forth in Attachment
A.
This is an Indefinite Delivery - Indefinite Quantity (IDIQ) with payment based on 27 DCMR,
chapter 24, as set forth in the pricing schedule, Attachment B. Services will be requested through
a task order document issued by the contracting officer.
The District intends to definitize this letter contract within one hundred and twenty (l 20) days of
the date of award of this letter contract (the date the contracting officer signs this letter contract),
at which time this letter contract shall merge with the definitized contract. Before the expiration
of the one hundred and twenty (120) days, the contracting officer may authorize an additional
period in accordance with 27 DCMR 2425.8. If the District does not definitize this letter
contract within one hundred and twenty (120) days of the date of award of this letter contract or t-
any extensions thereof, this letter contract shall expire. In the event of expiration of this letter
contract, the District shall pay Contractor for the services performed under this letter contract in
an amount not to exceed $968,688. In no event shall the amount paid under this letter contract,
or any extensions thereof, exceed 31 % of the total definitized contract's not-to-exceed amount of
$3,124,800.
The duration of the definitized contract shall be twelve months from the date of the award of this
letter contract, with four option periods. The Contractor shall use the first 120 days of the letter
contract to immediately staii the student transportation services. The District shall pay the
Contractor for the services performed during the duration of the definitized contract in an amount
not-to-exceed $3,124,800 for the base period.
Page 1 of24
The Contractor shall perform under this letter contract pursuant to the terms of the following
documents that are hereby incorporated by reference and made a part of this contract, which in
the event of a conflict shall be resolved by giving precedence in the order of priority listed
below:
(a) This letter contract;
(b) Scope of Work - Attachment A;
( c) Pricing Schedule - Attachment B;
( d) Ordering Procedures, Attachment C
(e) Invoice Submittal, Attachment D
(f) Government of the District of Columbia Standard Contract Provisions for Use
with Supplies and Services Contracts (March 2007) available at
https://ocp.dc.gov/publication/standard-contract-provisions-march-2007,
Attachment E
This letter contract shall be subject to the following:
(a). Appropriation of funds;
(b). The District's approval of Contractor's affirmative action plan and First Source
agreement;
(c). The approval by the Council of the District of Columbia, in accordance with D.C.
Official Code, § 1- 204.51, if this letter contract is of a value in excess of one
million dollars. However, if this letter contract is not in excess of one million
dollars, but the value of the subsequent definitized contract, (which includes the
value of this letter contract) is in excess of one million dollars, the definitized
contract must be approved by the Council in accordance with D.C. Official Code,
§ 1-204.51. If the Council disapproves the subsequent definitized contract, all
performance under the letter contract shall terminate and the liability of the
District shall be limited to the amount of the letter contract.
Page 2 of24
- - - -- - - ---=c:=z:;==:::..:• 11
Signatures:
< \
'-3
1/
Date
Contracti ng omcc1"',.,,-,..;bf'",fr,N