MURIEL BOWSER
MAYOR
March 18, 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(c) of the Procurement Practices Reform Act of 2010 (D.C. Official Code
§ 2-352.02(c)), enclosed for consideration and approval by the Council of the District of Columbia
is proposed Contract No. DCAM-23-NC-RFP-0005A with CSI Corporation of DC, Inc., in the
not-to-exceed amount of $10,000,000. The contract’s period of performance is from the date of
award through September 30, 2024.
Under the proposed contract, CSI Corporation of DC, Inc., will provide security guard services
including the management, tools, supplies, equipment, storage, vehicles, and labor to ensure
effective performance at Department of Parks and Recreation facilities located throughout the
District of Columbia under its agreement with the Department of General 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 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.
Sincerely,
Muriel Bowser
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)
Armed/Unarmed Security Guard Personnel Services - Asset Class A [Parks and
Recreation]
(A) Contract Number: DCAM-23-NC-RFP-0005A
Proposed Contractor: CSI Corporation of DC, Inc.
Contract Amount: Not-to-Exceed (“NTE”) amount:
$10,000,000.00
Unit and Method of Compensation: Fixed unit prices payable on a monthly basis
Term of Contract: Date of award through September 30, 2024
Type of Contract: Indefinite Delivery/Indefinite Quantity
(IDIQ)
Source Selection Method: Competitive Request for Proposals
(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 Current NTE Amount: $10,000,000.00
Option Year 001 Proposed NTE Amount: $10,000,000.00
Option Year 002 Proposed NTE Amount: $10,000,000.00
Option Year 003 Proposed NTE Amount: $10,000,000.00
Option Year 004 Proposed NTE Amount: $10,000,000.00
(C) The services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
Page 2 of 8
Under the proposed contract DCAM-23-NC-RFP-0005A (the “Contract”), the Contractor
shall provide Armed/Unarmed Security Guard Personnel Services at various facilities
across the District of Columbia, identified under Asset Class A [Parks and Recreation].
The Contract provides for three types of security guard services to be performed by the
Contractor at the request and discretion of the District: (i) Armed Security Guard Services;
(ii) Unarmed Security Guard Services; and (iii) Security Officer. The Contract contains a
base period of 24-weeks from April 1, 2024, through September 30, 2024, and up to four
(4) one-year option periods thereafter. The Contract has a total NTE amount of
$10,000,000.00 for the base period.
(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 January 24, 2023, the Department issued a Request for Proposals (“RFP”) to engage a
contractor to provide Armed/Unarmed Security Guard Personnel Services in Asset Class
A [Parks and Recreation] and Asset Class B [Public Education] located throughout the
District of Columbia. The solicitation was designated for the Set Aside Market. The pre-
proposal conference was held on January 26, 2023, via Webex Webinar.
The Department issued nine (9) addenda to the RFP. Addendum No. 01, issued on
February 2, 2023, incorporated the Pre-Proposal Conference Attendance Roster as Exhibit
A; and incorporated Pre-Proposal Conference Agenda as Exhibit B, and extended the
proposal submission deadline to 10:00AM, February 22, 2023. Addendum No. 02, issued
on February 15, 2023, extended the proposal submission deadline to 2:00PM, March 6,
2023. Addendum No. 03 issued on February 24, 2023 extended the proposal deadline to
2:00PM, March 6, 2023. Addendum No. 04 issued on March 3, 2023 extended the
proposal deadline to 2:00PM, March 13, 2023, incorporated the explanation to potential
offers as Exhibit A, deleted the RFP document on January 24, 2023, replaced with Revised
RFP document labeled DCAM-23-NC-RFP-0005 (REV. 03-MAR-2023), deleted and
replaced Section I.14 – Item # 06 (Cyber Liability Insurance) and Item # 10 (Commercial
Umbrella), deleted and replaced Section C.3.1.3. Addendum No. 05 issued on March 8,
2023, deleted and replaced Technical Evaluation Criteria – Section M.2.2 – Experience
and Past Performance, added and incorporated clarification of the 32BJ CBA and CBA
Rider. Addendum No. 06 issued on March 10, 2023, extended the proposal submission
deadline to 2:00PM March 17, 2023, added and incorporated explanations to potential
offerors, added and incorporated clarification for Section B.1.1.1, added and incorporated,
added and incorporated the Attachment J.22 – Certification to furnish the Payment and
Performance Bond. Addendum No. 07 issued on March 10, 2023, deleted and replaced
pre-proposal Conference Agenda and Presentation Dec and RFP Document, deleted and
replaced the Request for Proposal (“RFP”) Document Revised, March 3, 2023.
Addendum No. 08 issued on March 16, 2023, extended the proposal submission deadline
to 2:00PM, March 24, 2023. Addendum No. 09 issued on October 6, 2023 added and
________________________________________________________________________
Department of General Services 3924 Minnesota Avenue NE, Washington DC 20019
Page 3 of 8
incorporated additional labor category under Asset Class A and Asset Class B: CLIN 0003
– Special Police Officer (SPO, Un-Armed, Guard III), requested Best and Final ("BAFO”)
for Asset Class Group A and Asset Class Group B – emailed to all Offerors.
On the proposal submission date, March 24, 2023, seven (7) offerors submitted proposals
on time. Five (5) offerors submitted proposals for Asset Class A and seven (7) offerors
submitted proposals for Asset Class B. All proposals were scored on a scale of zero (0) to
one hundred twelve (112) points. The (112) points include (80) points for the technical
criteria (Relative Experience and Past Performance of Contractor’s Proposed Team,
Relative Experience and Past Performance, Contractor’s Proposed Key Personnel &
Staffing, Daily Operations Management Plan and Financial Capacity and Responsibility);
(20) points for pricing; and up to (12) points based on the offeror’s status as a Certified
Business Enterprise (“CBE”).
Each Offeror’s technical proposal was independently evaluated by a Technical Evaluation
Panel (“TEP” or “Panel”) consisting of three (3) DGS staff members; one (1) member from
the Department’s Executive Office, one (1) member from the Information Technology
Division and a final member from the Protective Services Division.
Proposals were evaluated by the TEP using the following criteria as set forth in the RFP:
Relative Experience and Past Performance Contractors’ Team 20 points
Contractor’s Proposed Key Personnel & Staffing 15 points
Daily Operations Management Plan 15 points
Financial Capacity and Responsibility 30 points
80 points
Prior to convening the evaluation meeting, each of the Panel members individually
completed an evaluation of the proposals. In this process, every Panel member assigned
scores to each Offerors’ respective proposal, considering distinct sub-factors within the
three factor categories. These scores were determined using the 6 ratings outlined below
for each sub-factor. Each Panel member also divided the points available for each factor
noted above among the sub-factors in that category.
________________________________________________________________________
Department of General Services 3924 Minnesota Avenue NE, Washington DC 20019
Page 4 of 8
Numeric Adjective Description
Rating
0 Unacceptable Fails to meet minimum requirements, e.g., no demonstrated
capacity, major deficiencies which are not correctable; offeror did
not address the factor.
1 Poor Marginally meets minimum requirements; major deficiencies
which may be correctable.
2 Minimally Marginally meets minimum requirements; minor deficiencies
Acceptable which may be correctable.
3 Acceptable Meets requirements; no deficiencies.
4 Good Meets requirements and exceeds some requirements; no
deficiencies.
5 Excellent Exceeds most, if not all requirements; no deficiencies.
Following the completion of individual evaluations by the TEP members, the Panel met to
develop a consensus technical score for each Offeror. In developing the consensus score,
the Panel discussed the details of each proposal considering the evaluation factors and sub-
factors. As a collective, the Panel executed a comprehensive technical assessment for each
Offeror with respect to each sub-factor for evaluation. The TEP assigned each sub-factor
one of the six ratings above and divided the points available for each factor among the sub-
factors in that category.
The TEP met on August 29, 2023, to develop the consensus technical score and the
supporting written narrative 1. The TEP’s ratings for Asset Class A were converted into
numerical totals, as follows:
Technical Evaluation Panel Consensus – Asset Class A
Factor A:
The Firms Relative Factor B:
Experience and Past Relevant Experience of
Performance of Contractor's Proposed Factor C: Factor D: TOTAL
Contractor and its Key Personnel & Organizationa; Financial Capacity TECHNICAL
Team Staffing [15 Management Plan and Responsibility POINTS
OFFERORS [20 Points] Points] [15 Points] [30 Points] ( 80 PTS )
U Street Parking (USP) 17.33 12.75 12.00 24.00 66.08
CORE DC 16.00 12.00 10.80 18.00 56.80
Condor Security Consulting, Inc. (CSC) 14.67 12.00 9.60 18.00 54.27
CSI Corporation of DC 17.33 12.75 14.40 18.00 62.48
Alpha Security Inc. 14.67 10.50 10.80 20.00 55.97
As outlined in the RFP, certain points were available for price. In addition to the technical
scoring, responsive Offerors were assigned price points on a sliding scale, with the lowest
proposed price receiving all of the available points, and the remaining proposal receiving
a portion of the available points relative to its position in the range established by the
highest-and lowest price proposals.
In addition to the price and technical scoring, points were available for each Offeror based
on its status as a Certified Business Offer (“CBE”) as determined by DSLBD. The
responsive Offerors were certified and received additional points accordingly.
The Contracting Officer carefully reviewed the Panel’s consensus technical scoring and
________________________________________________________________________
Department of General Services 3924 Minnesota Avenue NE, Washington DC 20019
Page 5 of 8
the evaluation process followed by the Panel, including the Panel’s notes, score sheets, and
its final consensus technical evaluation. In addition, the Contracting Officer conducted an
independent assessment of each proposal and exercised her independent judgment in
evaluating the responsive Offerors, after which the Contracting Officer determined that the
Contractor was the highest ranked Offeror.
On October 6, 2023, the Department issued Addendum No. 09 which added an additional
labor category into the solicitation under Asset Class Group A and Asset Class Group B:
CLIN 0003 – Special Police Officer (SPO, Unarmed, Guard III), and requested a Best and
Final Offer (“BAFO”) for Asset Class Group A and Asset Class Group B. The BAFO was
emailed to all Offerors and was due on October 20, 2023. Subsequently, on December 20,
2023, the Department concluded negotiations with the highest ranked offeror for both Asset
Class Groups, in accordance with 27 DCMR Section 1634.
After reviewing the evaluation Panel’s consensus technical scoring, conducting an
independent assessment in evaluating the responsive Offerors, reviewing the underlying
proposal, documentation and CBE preference points, the Contracting Officer determined
that the Contractor was the highest ranked Offeror. In addition, the Contracting Officer
determined that the Contractor is responsible, and that the Contractor’s proposed pricing is
fair and reasonable. Subsequently, by award memorandum executed January 12, 2024, the
Department awarded Contract No. DCAM-24-NC-RFP-0005A to CSI Corporation of DC,
Inc. as such award was determined to be the most advantageous to the District.
(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:
No protest was received for this solicitation.
(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 Washington, DC based security service company providing armed and
un-armed security guard personnel to the District. The Contractor has provided services
to the District’s portfolio of properties for two years for contracts that are similar in scope
and complexity to the solicitation. The Department reviewed the Contractor’s staffing plan
for the work contemplated by the Contract and found it sufficient. 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
________________________________________________________________________
Department of General Services 3924 Minnesota Avenue NE, Washington DC 20019
Page 6 of 8
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 is a Certified Business Enterprise (CBE No. LSDZRE52953122026) and
is exempt from the subcontracting requirements set forth in the Act in accordance with §
2-218.46(a)(3) of the Act. Nevertheless, the Contractor submitted a preliminary
subcontracting plan certifying its intent to self-perform 100% of the contracting effort with
its own organization and resources and will not subcontract any portion of the contract.
The Contractor is therefore not required to submit an SBE Subcontracting Plan to DSLBD
that demonstrates subcontracting.
(H) Performance standards and the expected outcome of the proposed contract:
If the Contract is approved, the Contractor will be required to provide armed and un-armed
security guard personnel as set forth in the Contract’s scope of work. In general, the
Contractor is/will be required to perform or exceed the requirements and performance
standards contained in the Contract. The Contractor shall ensure that fully trained and
verified armed and un-armed security guard personnel are provided to designated facilities
in the District at all times. The Department may withhold payment from the Contractor or
terminate the Contract, in whole or in part as appropriate, if the Co