MURIEL BOWSER
MAYOR
December 13, 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. CW111090 with Liberty Healthcare Corporation in the not-to-
exceed amount of $7,572,183. The period of performance is from November 17, 2023, through
November 16, 2024.
Under the proposed contract, Liberty Healthcare Corporation shall: (1) provide intake services for
home and community-based long-term services and supports delivered through the District’s
Medicaid program; (2) assess applicant programmatic (non-financial) eligibility, including pre-
admission screening and resident review and processing; (3) determine levels of care; (4)
recommend a range of service hours; and (5) refer beneficiaries to home and community-based
services.
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)
(A) Contract Number: CW111090
Proposed Contractor: Liberty Healthcare Corporation (Liberty)
Contract Amount (Base Year): Maximum: $7,572,183
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: November 17, 2023 through November 16, 2024
Type of Contract: Indefinite Delivery Indefinite Quantity
Source Selection Method: Sole Source Procurement
(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 Year Amount: Not-to-Exceed (NTE) $7,572,183
(November 17, 2023 through November 16, 2024)
(C) The date on which the letter contract or emergency contract was executed:
The letter contract was executed on October 25, 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:
1
NTE $941,572.50
(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:
The contractor shall provide: (1) intake services, (2) assess applicant programmatic (non-financial)
eligibility, including pre-admission screening and resident review and processing, (3) determine the
level of care, (4) recommend a range of service hours, and (5) refer beneficiaries to home and
community-based services. The goal of this procurement is to increase the validity, reliability, and
overall quality of the assessment function; improve program integrity; and reduce fraud, waste, and
abuse.
(G) The date on which a competitive procurement for these goods or services was last conducted,
the date of the resulting award, and a detailed explanation of why a competitive procurement
is not feasible:
Competitive procurement, solicitation number Doc644358, was issued to the public on February 17,
2023 and closed on March 17, 2023. The competitive procurement is currently undergoing a pre-
award protest, preventing it from being awarded. Another competitive procurement is not feasible
and prohibitive due to solicitation Doc644358 still being active.
(H) 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 determined to award a sole source procurement to Liberty to ensure continuation of
service while the District prepares an award from the result of competitive procurement Doc644358
for Council approval.
Liberty is the only Contractor that currently can meet the requirements of CMS because they
currently have the organizational infrastructure of nurses and staff with the level of expertise
needed to meet the requirements of CMS and the contract. Also, Liberty is the only contractor that
has undergone the readiness assessment period and is authorized to work on the requirements of the
contract.
To avoid a break in services a letter contract was executed on October 25, 2023, for the period of
performance from November 17, 2023, through January 15, 2024, in the amount NTE $941,572.50.
(I) 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:
None
(J) 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:
2
The contractor is providing services to the satisfaction of the District under the current contract. The
contractor has performed these services for the District since 2018.
The proposed contractor has demonstrated through past performance reports that its organization
has the history, organizational and technical experience, including the key personnel, required to
successfully meet the requirements of the proposed contract. Likewise, it has been determined that
the proposed contractor maintains the financial resources, accounting and operational controls to
successfully fulfill the District’s requirement. The proposed contractor has been determined
responsible in accordance with the District’s standards of responsibility.
(K) 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 contractor provided a subcontracting plan with a set-aside of 35% for a total dollar amount of
$2,650,264.05. The contracting officer has determined that the plan meets the Department of Small
and Local Business Development requirements.
(L) Performance standards and the expected outcome of the proposed contract:
The Department of Health Care Finance (DHCF) aims to continue to offer long term care services
through the Medicaid State Plan and §1915(c) Home and Community-Based services for
participants and their families by operating an efficient and effective intake and assessment process,
ensuring access to long-term services and supports.
Performance is expected to be in accordance with the contract and all state and federal regulatory
standards, including, but not limited to, 29 DCMR §989 and applicable Medicaid §1915(c) Home
and Community-Based service waivers.
(M) 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:
NTE $941,572.50
(N) 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 DHCF Agency Fiscal Officer certified that funding in the amount of $7,572,183 is available to
DHCF to support the contract for long term care support services.
(O) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
3
The contract has been reviewed by the Office of the Attorney General and found to be legally
sufficient. The contractor has no pending legal claim against the District.
(P) 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):
On October 10, 2023, the Citywide Clean Hands database certified that the contractor is current
with its District taxes.
(Q) 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 has self-certified, via the Bidder/Offeror Certification form, that it is current with its
federal taxes.
(R) 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 not a certified local, small or disadvantaged business enterprise.
(S) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
(T) 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:
As of October 17, 2023, the contractor does not appear on the Office of Inspector General
Exclusions Database, the Federal Excluded Parties List or the District’s list of Debarred and
Suspended Contractors.
(U) 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 a Sole Source Procurement, dated October 13, 2023
Determination and Findings for Contractor’s Responsibility, dated November 6, 2023
Determination and Findings for Price Reasonableness, dated October 25, 2023
Determination and Findings for a Letter Contract, dated October 25, 2023
4
(V) Where the contract, and any amendments or modifications, if executed, will be made
available online:
http://ocp.dc.gov
(W) Where the original solicitation, and any amendments or modifications, will be made available
online:
http://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: October 10, 2023 Notice Number: L0010311189
LIBERTY HEALTHCARE CORPORATION FEIN: **-***8586
401 E CITY AVE STE 820 Case ID: 1675910
BALA CYNWYD PA 19004-1130
CERTIFICATE OF CLEAN HANDS
As reported in the Cle
As Clean Hands system, the above referenced individual/entity has no outstanding
Clea
C
liability
iability District oof Columbia Office of Tax and Revenue or the Department of Employment
ility with the Di
Services.
vices. above, the individual/entity has complied with DC Code § 47-2862, therefore
ices. As of the date abov
this Certificate Hands is issued.
ertificate of Clean Hand
TITLE
TLE 47. TAXATION, LLICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
CHAP
SUBCHAPTER HANDS BEFORE RECEIVING A LICENSE OR PERMIT
PTER II. CLEAN HAN
HAND
CODE § 47-2862 (2006)
D.C. CO
§ 47-2862 PROHIBITION
ROHIBITION AGAINST
AGAIN ISSUANCE OF LICENSE OR PERMIT
AGAINS
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
Department of Health Care Finance
Office of the Chief Financial 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: Darrin Shaffer
Agency Fiscal Officer
Department of Health Care Finance
DATE: 10/24/2023
SUBJECT: Certification of Funding for the Liberty Healthcare Corporation Contract
The Office of the Chief Financial Officer hereby certifies that the sum of $7,572,183.00 is included in the District’s
Local Budget and Financial Plan for Fiscal Year 2024 to fund the costs associated with the Department of Health
Care Finance’s (DHCF) Liberty Healthcare Corporation contract. This certification supports the Long Term Care
Support Services Liberty Healthcare Corporation contract cost from November 17, 2023 through November 16, 2024.
This fund allocation is as follows:
Vendor: Liberty Healthcare Corporation Contract Number: CW111090
Fiscal Year 2024 Funding: 11/17/23 - 09/30/24
Cost Project Split
Agency Fund Account Program Project Award Amount
Center Task (%/$)
HT0 1010001 7132001 700093 70270 Blank Blank Blank 55% 3,632,544.45
HT0 4025002 7132001 700093 70270 200881 23.15 2001521 45% 2,972,081.83
FY24 Contract Total 6,604,626.28
Fiscal Year 2025 Funding: 10/01/24 - 11/16/24
Cost Project Split
Agency Fund Account Program Project Award Amount
Center Task (%/$)
HT0 1010001 7132001 700093 70270 Blank Blank Blank 55% 532,156.20
HT0 4025002 7132001 700093 70270 200881 23.15 2001521 45% 435,400.52
FY25 Contract Total 967,556.72
441 4th Street, N.W., Suite 960N, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
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) 442-9079.
441 4th Street, N.W., Suite 960N, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Sarina Loy
Deputy Director
Office of Policy and Legislative Affairs
Executive Office of the Mayor, Mayor Muriel Bowser
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: December 11, 2023
SUBJECT: Approval of Contract for Mission Oriented Business Integrated Services
Contract Number: CW106558
Contractor: The Triage Group, LLC
Contract Amount: NTE $10,000,000.00
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 (202) 724-4018.
______________________________
Robert Schildkraut
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
September 27, 2023
Chris Gennett, Senior Proposal Manager
Liberty Healthcare Corporation
401 East City Avenue Suite 820
Bala Cynwyd, PA 19004
christopher.gennett@LibertyHealth.com
Subject: Letter Contract No. CW111090
Caption: Long Term Care Support Services
Dear Chris Gennett,
This Letter Contract between the District of Columbia (District) and Liberty Healthcare
Corporation (Contractor), wherein Contractor agrees to perform the services set forth in Section
C of proposed Letter Contract No. CW111090, Attachment A.
This is an Indefinite-Delivery Indefinite-Quantity with fixed unit prices and firm fixed price
components contract as set forth in the pricing schedule, Attachment B.
The District intends to definitize the Letter Contract within 60 days of November 17, 2023, at
which time