MURIEL BOWSER
MAYOR
January 25, 2024
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 definitized Contract No. DCAM-22-AE-RFP-0004 with Sorg and Associates, P.C., in
the not-to-exceed amount of$2,478,126 (including an existing letter contract amount of$990,000).
Under the proposed contract, Sorg and Associates, P.C., will provide architectural and engineering
services for the modernization of the Crummell Community Center, located at 1900 Gallaudet
Street NE, Washington, DC 20002. The substantial completion date for the project is September
4, 2026.
My administration is available to discuss any questions you may have regarding this contract. In
order to facilitate a response to any questions you may have, please contact Delano Hunter,
Director, Department of General Services ("DGS"), or have your staff contact George G. Lewis,
Chief of Contracts and Procurement, DGS, at (202) 727-2800.
I look forward to the Council's favorable consideration of this contract.
Mur el Bo
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Pursuant to Section 202(c-1) 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)
Letter Contract and Proposed Contract for Architectural/Engineering Services for Modernization
of Crummell Community Center
(A) Contract Number: DCAM-22-AE-RFP-0004
Proposed Contractor: Sorg and Associates, P.C.
Letter Contract: $990,000.00
Proposed Contract Increase Amount: $1,488,126.00
Aggregate Amount of Letter
Contract and Proposed Contract: $2,478,126.00
Term of Contract: The Department requires Title I services to be
completed by September 4, 2026. The Title II
services shall continue until the construction project
achieves Substantial Completion by the CMAR
Contractor.
Type of Contract: Firm Fixed Price
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:
Not applicable.
1
(C) The date on which the letter contract or emergency contract was executed:
A Letter Contract with the Contractor was executed by the Department of General Services (the
“Department” or “DGS”) on April 4, 2023 (the “Letter Contract”).
(D) The number of times the letter contract or emergency contract has been extended:
The Letter Contract has been extended three times; Modification No. 1 extended the duration of
the Letter Contract from June 16, 2023, to October 31, 2023; Modification No. 2 extended it from
October 31, 2023, to December 29, 2023, and Modification No. 3 extended it from December 29,
2023, to January 31, 2024.
(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:
The total value of the services provided to date under the Letter Contract is $990,000.00, which
represents the not-to-exceed (“NTE”) amount established by the Letter Contract.
(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 Architectural/Engineering Services for Modernization of Crummell
Community Center (the “Project”). The Contractor will be required to design the modernization
of the existing facility, annex to the existing facility, and park space to meet the Department’s
programmatic requirements.
(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:
On July 8, 2022, the Department issued the RFP for offerors interested in serving as the
architect/engineer for the Modernization of Crummell Community Center located at 1900
Gallaudet Street, NE, Washington, DC 20002.
Three (3) addenda were issued against this RFP.
Addendum No. 1- Issued on July 15, 2022:
- Revised the site visit date and time to July 19, 2022 at 3:00PM
- Provided the list of pre-proposal conference attendees.
- Incorporated the Turnover Protocol Manual to the RFP
- Incorporated the DPR’s Recreational Facilities Specifications and Guidelines to the
RFP
- Incorporated the National Register of Historic Places- The Alexander Crummell School
to the RFP.
- Provided Interior Pictures of the Facility
Addendum No. 2- Issued on July 28, 2022:
2
- Removed section B.2.3.2 (Furniture Selection + Coordination from the RFP.
- Replaced the last paragraph under Section C.4
- Replaced the last paragraph under Section D.3.1(B)
- Provided the list of site visit attendees
- Provided the questions and answers spreadsheet
- Incorporated the drawings to the scope of work
- Provided the Form of Contract.
Addendum No. 3- Issued on August 8, 2022:
- Extended the proposal submission deadline to August 12, 2022
- Replaced the BIM Requirements of the RFP.
On the Proposal due date, August 12, 2022, seven (7) firms submitted proposals in a timely
manner.
The responsive proposals were evaluated based on the RFP requirements. The proposals were then
scored on a scale of zero (0) to one hundred twelve (112) points. The (112) points include (100)
points for the technical criteria and up to (12) points based on the Offeror’s status as a CBE. It was
determined that Sorg and Associates, P.C. is responsible and that the proposed pricing is fair and
reasonable. It was further determined that the proposal offered by Sorg, the highest ranked Offeror,
is the most advantageous to the District. Therefore, the Architectural and Engineering Services for
Modernization of Crummell Community Center was awarded to Sorg and Associates, P.C.
(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:
The award of the Contract was not protested.
(I) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
The Contractor currently holds the following Contract with the District:
Contract No. DCAM-21-CS-RFP-0016, A/E Services for New York Avenue Shelter.
(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:
Sorg and Associates, P.C. is a certified Small Business Enterprise (“SBE”), Washington, DC-based
firm and has performed satisfactorily on previous projects with the District. The Contractor
provides complete architectural services across a range of project types and scales. The Contractor
possesses the financial stability to successfully perform the Project and has provided a staffing
3
plan for the Project which has been reviewed and approved by the Department. The Contractor has
been determined responsible in accordance with 27 DCMR 4706.1.
(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’s subcontracting plan meets the minimum requirements of the Act as follows:
Contract Dollar Value : $2,478,126.00
Contractor Self-Performing Amount: $1,447,305.00
Total Available for Subcontracting: $1,030,821.00
Subcontracting Requirement %: 35% of the total available for subcontracting
Subcontracting Plan Required Dollar Value: $360,787.35
Subcontracting Plan Actual Dollar Value: $713,333.00
(L) Performance standards and the expected outcome of the proposed contract:
The Contractor is required to provide Architectural/Engineering Services for the Project. The
Contractor’s performance will be monitored by DGS staff and DGS’ designated Program Manager.
Additionally, the Contractor must adhere to the terms and conditions of and the Standard Contract
Provisions for use with District of Columbia Government Construction Contracts.
(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:
The Letter Contract executed by the Department on April 4, 2023, provides for an initial NTE
amount of $990,000, which represents the total expenditure of funds authorized to date.
(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 Office of the Chief Financial Officer has certified that the proposed Contract’s amount is
consistent the Department’s budget and that adequate funds are available in the Department’s
budget in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02. The applicable Fiscal
Sufficiency certification accompanies this Council Package.
(O) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
4
The Letter Contract and proposed Contract have been deemed legally sufficient by the
Department’s Office of the General Counsel and the Contractor does not appear to have any current
pending legal claims against the District.
(P) 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 Citywide Clean Hands database indicates that the Contractor is in compliance with District of
Columbia tax laws and regulations. The applicable Clean Hands certification for the Contractor
accompanies this Council Package.
(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 certified 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.:
According to the DSLBD’s website, the Contractor is a certified Local, and Resident Owned
Business Enterprise. The Contractor’s CBE Number is LSZXR60872082024 with an expiration
date of August 3, 2024.
(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:
The Contractor is not debarred from providing services to the Government of the District of
Columbia or the Federal Government according to the Office of Contracts and Procurement’s
Excluded Parties List and the Federal Government’s Excluded Parties List.
(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):
5
Not applicable.
(V) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Contract award information and the letter contract are available on the Department’s website.
Copies of contract documents will be made available on the Department’s website, if approved.
(W) Where the original solicitation, and any amendments or modifications, will be made
available online:
The original solicitation and any amendments have been posted on the Department’s website.
(X) (1) A certification that the proposed contractor has been determined not to be in violation of
section 334a of the Board of Ethics and Government Accountability Establishment and
Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a;
and (2) A certification from the proposed contractor that it currently is not and will not be
in violation of section 334a of the Board of Ethics and Government Accountability
Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official
Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has been determined not to be in
violation of D.C. Official Code § 1-1163.34a; and will not be in violation of D.C. Official Code §
1-1163.34a.
6
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: December 20, 2023 Notice Number: L0010563419
SORG AND ASSOCIATES P C FEIN: **-***9037
2339 MASSACHUSETTS AVE NW UNIT 1 Case ID: 1781314
WASHINGTON DC 20008-2803
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
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Delano Hunter
Acting Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: Contract No. DCAM-22-AE-RFP-0004
Architectural and Engineering Services for Modernization of Crummell
Community Center
Date: December 15, 2023
Subject: Fiscal Sufficiency Certification
In my capacity as the Agency Fiscal Officer of the Department of General Services (the “Department”),
I hereby certify that the Architectural and Engineering Services for Modernization of Crummell
Community Center (DCAM-22-AE-RFP-0004) (the “Contract”), with Sorg and Associates, P.C.
(the “Contractor”), in the amount of $2,478,126.00 is consistent with the Department’s current
budget and that adequate funds are available in the budget for the expenditure.
Per the Department’s Contracts & Procurement team, on April 4, 2023, the Letter Contract was
executed by the Department, with an initial Not-to-Exceed amount of $990,000.00.
The proposed Contract increase of $1,488,126.00 is to provide Architectural and Engineering
Services for Modernization of Crummell Community Center. The proposed increase will increase
the contract value to $2,478,126.00 ($990,000.00 + $1,488,126.00). Contract values of $1 million
or more require Council approval.
The Department of General Services (DGS – Implementing AGY) has $2,478,126.00 in the
Department of Parks & Recreation (DPR – Owner AGY) cumulative capital budget authority
balance.
Fiscal Sufficiency Review
DCAM-22-AE-RFP-0004
Architectural and Engineering Services for Modernization of Crummell Community Center
The PASS/DIFS information is attached/ below.
Project Name Project AY Fund Imp. AGY Owner RK/PO Amount Comments
Number Detail AGY
AM0.NWCRMC. 100118 N/A 3030300 AM0 HA0 PO685637 $990,000.00 Letter
NEW