MURIEL BOWSER
MAYOR
February 16, 2024
Honorable Phil Mendelson
Chairman
Councilof 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. DCAM-22-CS-RFQ-0016W with Citadel Development, LLC in the not-
to-exceed amountof$10,000,000. The contract’s periodofperformance is one year from the date
of the award.
Under the proposed contract, Citadel Development, LLC, will provide maintenance and repair
services projects for District of Columbia Public Schools and DepartmentofParks and Recreation
facilities, as awarded through task order agreements, at various District government facilities under
its contract with the Department ofGeneral Services (“DGS”).
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 contact Delano
Hunter, Director, DGS, or have your staff contact George G. Lewis, Chief of Contracts and
Procurement, DGS, at (202) 727-2800.
1 look forward to the Council’s favorable consideration of this contract.
Sincerely,
iriel Rowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
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 and multiyear)
Contract for Maintenance & Repairs of Government Facilities (“MRGF”) Services
(A) Contract Number: DCAM-22-CS-RFQ-0016W (the “Contract”)
Proposed Contractor: Citadel Development, LLC (the “Contractor”)
Contractor’s Principals: Mohammad Fridy, President
mfridy@citadeldbd.com
Proposed Guaranteed Minimum
Value (Per Base and Option Year): $50
Proposed Contract Not to Exceed
(“NTE”) Amount (Per Base and
Option Year): $10,000,000
Unit and Method of Compensation: Monthly progress payments based on lump sum
pricing pursuant to competitively-awarded task order
agreements.
Term of Contract: From date of execution of the Contract (Basic
Ordering Agreement (“BOA”)) by the Department
through 1 year thereafter (“Base Year”).
Type of Contract: Indefinite Delivery/Indefinite Quantity (“IDIQ”)
Source Selection Method: Request for Qualifications (“RFQ”)
1
(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:
For the Base Year and each Option Year:
Base Year
Guaranteed Minimum Value: $50
Maximum NTE Amount: $10,000,000
Option Year 1
Guaranteed Minimum Value: $50
Maximum NTE Amount: $10,000,000
Option Year 2
Guaranteed Minimum Value: $50
Maximum NTE Amount: $10,000,000
Option Year 3
Guaranteed Minimum Value: $50
Maximum NTE Amount: $10,000,000
Option Year 4
Guaranteed Minimum Value: $50
Maximum NTE Amount: $10,000,000
(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:
Under the proposed contract DCAM-22-CS-RFQ-0016W for Maintenance and Repairs of
Government Facilities (“MRGF”) Services, the Contractor will provide maintenance and repair
services projects for District of Columbia Facility Management Division, Public Schools, and
Department of Parks and Recreation facilities as competitively awarded via Task Order Agreements
at various facilities within the Department of General Services’ (“DGS”) real estate portfolio (the
“Project”).
In general, this work includes general construction and facility maintenance projects, including but
is not limited to minor repairs, roofing repairs, window and door replacement, interior demolition,
playground renovations, and other miscellaneous work as may be necessary and shall be performed
on an as needed basis. The Contract work may also include, from time to time, small construction
projects that need to be completed quickly; these projects would primarily be in response to
emergency situations such as vandalism, structural failures, or other life safety issues.
The proposed Contract does not authorize any specific work by the Contractor. All work will be
awarded and released on a competitive basis through individual project task order agreements, as
2
set forth in the Contract. Since the aggregate NTE amount of the proposed Contract for the Base
Year and 4 one-year Option Years exceeds $1 million, Council approval is required for this contract
action.
(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 28, 2022, DGS issued a Request for Qualifications (“RFQ”) to solicit Statements of
Qualifications (“SOQ(s)”) from those entities (“Offeror(s)”) interested in performing Maintenance
& Repairs of Government Facilities for various District of Columbia owned properties within the
DGS construction portfolio and maintenance facility locations (“Project Locations”). In general,
this work includes handling all types of building and maintenance repairs and upgrades, including,
but not limited to roofing and plumbing repairs, electrical repairs, door and window replacements,
carpentry, masonry, flooding remediation and fire alarm repairs, and other similar types of work
and shall be performed on an as needed basis. The RFQ was posted on the DGS website.
A project information meeting was held on October 7, 2022, via Microsoft Teams. A total of three
(3) addenda were issued as follows:
Addendum No. 1, issued on October 3, 2022
 Corrected project information meeting time.
Addendum No. 2, issued on October 18, 2022
 Provided responses to the questions.
 Revised - Section E.4.1.5(ii) for Dun & Bradstreet report.
 Corrected - Section E.1 (SOQ Submission Identification).
 Revised – The last sentence in Section E.4.1.2 C (iv).
Addendum No. 3, issued on October 28, 2022
 Extended SOQ Submission Date to November 4, 2022, at 2:00 P.M.
Forty-six firms (collectively, the "Offerors" and each individually, an "Offeror") submitted SOQs
in a timely manner by November 4, 2022, at 2:00 p.m., the SOQs’ due date.
Due to the number of SOQs received, the evaluation process has been broken into two (2) groups.
Each group of proposals was disbursed to the Technical Evaluation Panel (“TEP”) members with
evaluation score sheets specifically for each group. Four (4) technical categories were comprised
into a 100-point scale; in addition, Certified Business Enterprise Preference Points (up to 12 points)
were included as follows:
3
FACTORS WEIGHT
Past Performance, Experience & References 25 Points
Key Personnel 25 Points
Project Management Plan 25 Points
Capacity 25 Points
Certified Business Enterprise (“CBE”) Preference 12 Points
TOTAL 112 Points
The groups were prioritized by the needs of the District. The TEP Members met to discuss their
respective technical scores for each Offeror within each Group. The TEP Members completed
individual evaluations of SOQs. The TEP members discussed details of each SOQ, in addition to
evaluation factors and sub-factors as consensus scores were developed. Offerors that scored 85
points or higher from each group were selected as qualified contractors for award. The Contracting
Officer reviewed the TEP’s technical scoring and the SOQs submitted and determined that eighteen
(18) contractors out of thirty five (35) in Group 2 of 2, including the Contractor, were selected for
award of the proposed BOAs.
(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:
The contract award was not protested.
(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:
The Contractor is a general contractor located at 1212 Pennsylvania Ave SE, Washington DC
20003. The Contractor is a Certified Business Enterprise (“CBE”) firm and has been in business
for 13 years. The Contractor’s combination of construction expertise and design-build capabilities
provide clients with solutions that help with challenges while working within budgetary constraints
and schedules. The Contractor offers a full range of construction services.
The Contractor’s process is multifaceted and aids in the construction process. The Contractor has
been determined responsible in accordance with 27 DCMR 4706.1.
(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:
Pursuant to the Contract, competitive task order agreements will be issued for projects on an as-
needed basis. The Contractor is a CBE in accordance with the Act (Certification No.
4
LSDZRE43739092026). As appropriate, subcontracting plans will be submitted for review and
approval for each task order agreement with a value of $250,000 or more.
(H) Performance standards and the expected outcome of the proposed contract:
In general, the Contractor will provide general construction and facility maintenance projects,
including but not limited to roof repairs, life safety repairs, vandalism, windows and door
replacement, mechanical services, and other miscellaneous work as may be necessary. The
Contractor will be required to meet or exceed performance standards in accordance with the
Contract’s scope of work. DGS staff and the designated Project Manager will monitor the
Contractor’s performance to ensure consistency with the Contract’s terms and conditions, and, more
specifically, the established pricing and completion dates included in individual task order
agreements.
(I) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
- Ballou High School Enclosure;
- Rosedale Pool Replacement;
- DC Jail – Select Facilities Upgrade;
- Taft Recreation Area Park improvements; and
- Youth Services Center Security Entrance Upgrades for the Department of Youth
Rehabilitation Services.
(J) 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.
(K) 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 guaranteed minimum value of $50
of the proposed contract is within the appropriated budget authority for the agency 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 applicable Fiscal Sufficiency certification, dated January 23, 2024,
accompanies this Council package.
5
(L) 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 deemed legally sufficient by the Department’s Office of the
General Counsel, and the Contractor does not appear to have any currently pending legal claims
against the District.
(M) 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 Citywide Clean Hands database indicates that the Contractor is current with its District taxes.
The relevant Clean Hands Certificate, dated December 15, 2023, accompanies this Council
Package.
(N) 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 in compliance with Federal tax laws.
(O) 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 website, the Contractor is a Certified Local, Small, Disadvantaged
Business Enterprise. The Contractor’s Certification Number is LSDZRE43739092026, with an
expiration date of September 11, 2026.
(P) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(Q) 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.
6
(R) 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):
The Department issued a Determination and Findings for Contractor Responsibility with respect to
proposed Contract No. DCAM-22-CS-RFQ-0016W with the Contractor, in which DGS’s
Contracting Officer concluded that the Contractor is responsible.
(S) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The Contract, if approved, will be posted on the Department’s website.
(T) 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.
(U) (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.
7
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 15, 2023 Notice Number: L0010559171
CITADEL DEVELOPMENT LLC FEIN: **-***0984
1212 PENNSYLVANIA AVE SE Case ID: 1767313
WASHINGTON DC 20003-2226
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 LICENS