MURIEL BOWSER
MAYOR
March 20, 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 202ofthe Procurement Practices Reform Act of2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Councilofthe District of Columbia is
proposed emergency Contract No. CW114502 with The Community Partnership for the
Prevention of Homelessness in the not-to-exceed amount of $20,653,181.29. The period of
performance is from April 1, 2024 through June 30, 2024.
Under the proposed contract, The Community Partnership for the Prevention of Homelessness
shall provide continuous management oversight for shelter programs under the continuumofcare
within the District.
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 Mare Scott, Chief Operating Officerofthe Office of Contracting and Procurement, at (202)
724-8759.
I look forward to the Council’s favorable considerationof this contract.
Sincerely,
Muriel Bows
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
(Emergency Contract)
(A) Contract Number: CW114502
Proposed Contractor: The Community Partnership for the Prevention of
Homelessness (TCP)
Contract Amount: Not-To-Exceed (NTE) $20,653,181.29
Unit and Method of Compensation: Units are priced per month for each CLIN
Term of Contract: April 1, 2024 through June 30, 2024
Type of Contract: Firm-Fixed Price Contract based upon Fixed Monthly
Prices with a Fixed-Unit Requirements and Cost
Reimbursement Component
Source Selection Method: Emergency 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 Period Amount: NTE $20,653,181.29
(C) The date on which the letter contract or emergency contract was executed:
Will be executed upon Council approval.
(D) The number of times the letter contract or emergency contract has been extended:
None.
1
(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:
None.
(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 Continuum of Care includes a network of service providers to provide services to over 5,000
individuals who are homeless or at risk of becoming homeless in the District. The contractor shall
provide operational management and oversight of emergency shelter, transitional housing, and
permanent housing with supportive services for homeless individuals and families in the District.
The services under the proposed contract are essential to the mission of the Department of Human
Services and ensures the District complies with the right to shelter mandate included in the Homeless
Services Reform Act.
Further, without this contract, the lack of shelter and services would have a catastrophic effect on
over 5,000 of the District’s most at risk and vulnerable residents who rely on these services to survive.
(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 contract is being awarded pursuant to Section 1702 of 27 DCMR, emergency procurement
procedures. The District solicited for a long-term contract in August, 2022. The solicitation
resulted in three proposals. Two of the proposals were deemed non-responsive and one proposal
was deemed not-technically acceptable. As a result, there were no successful offerors yielded from
the solicitation. Due to limited funding, Office of Contracting and Procurement (OCP) issued an
emergency contract approved by Council May 2023. Council approved a six-month sole source
contract for the period of July 1, 2023 through December 30, 2023. (CA25-0264) Council
approved a three-month emergency for the period of January 1, 2024 through March 31, 2024.
(CA25-0568)
The Districts anticipates re-soliciting the Continuum of Care requirement in FY24 to begin FY25.
It is in the best interest of the District to ensure that a delay or gap in services does not occur in the
performance of the Continuum of Care homeless services by proceeding with the proposed
emergency contract until the long-term contract is procured.
(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:
No protest received.
2
(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:
TCP is a 501 (c) (3) organization that has served as the lead agency for the District’s continuum of
care for the homeless since 1994. TCP has the financial stability and can adequately obtain the
resources required for the support services of this contract. This evidence is provided from the
contractor’s financial history as reported by Dun and Bradstreet Business Report; completed on
February 8, 2024.
In accordance with the contract performance evaluation, submitted on November 20, 2023, the
contractor has experience in providing services similar to those of the proposed contract. Based on
the performance evaluation, the contractor averaged a very good rating on the following performance
elements: quality of services/work; timeliness of performance; cost control; business relations; and
customer satisfaction. The proposed contractor has been determined responsible in accordance with
the District’s standards of responsibility.
(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:
TCP proposes to subcontract $7,402,942.12 which is 36% of the total contract value, to District
certified business enterprises.
(K) Performance standards and the expected outcome of the proposed contract:
The District expects the contractor to provide a comprehensive system of services for individuals and
families who are homeless or at risk of becoming homeless. In Section F. of the contract, the District
outlines the required deliverables that the contractor is responsible for providing. The goal of this
program is not only to assist those persons who are homeless to obtain essential services but to
eventually move them to a more stable and permanent situation.
(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:
None.
(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:
Per the funding certification, the Associate Chief Financial Officer certified that funds are available
to fund the services.
3
(N) 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 reviewed for legal sufficiency by the Office of the Attorney General
and has been determined to be legally sufficient.
The proposed contractor does not currently have any pending legal claims against the District.
(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):
The Citywide Clean Hands database indicates that the contractor is current with its District taxes, as
of February 8, 2024.
(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:
Based on information contained in the Bidder Offeror certification form dated February 7, 2024,
TCP has certified that it is current with its federal taxes.
(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.:
TCP is a not-for-profit organization and is not qualified to participate in the District’s CBE
certification program.
(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:
Based on searches of OCP’s excluded parties list, System for Award Management, Office of the
Inspector General database conducted on February 8, 2024, TCP is not debarred or suspended from
Federal or District procurements.
4
(T) Any determination and findings issued relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
The determination and finding for use of emergency contract March 7. 2024.
The determination and findings for contractor responsibility dated March 7, 2024.
The determination and findings for price reasonableness dated March 7, 2024.
The determination and findings for the use of a cost reimbursement contract dated March 7, 2024.
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract will be made available on the Office of Contracting and Procurement website,
www.ocp.dc.gov.
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
The solicitation and its amendments are available on the Office of Contracting and Procurement
website, 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: February 8, 2024 Notice Number: L0010882555
COMMUNITY PARTNERSHIP FOR THE PREVENTION HOME FEIN: **-***1401
801 PENNSYLVANIA AVE SE STE Case ID: 1837706
WASHINGTON DC 20003-2158
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 HUMAN SERVICES
Office of the Agency Fiscal Officer
MEMORANDUM
TO: Nancy Hapeman
Interim Contracting Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Hayden Bernard
Agency Fiscal Officer
Department of Human Services
DATE March 6, 2024
SUBJECT: Certification of Funding Availability for the TCP Contract # CW114502
The Office of the Chief Financial Officer hereby certifies that the sum of $20,653,406.27 is included in the District’s
Local Budget and Financial Plan for Fiscal Year 2024 to fund the costs associated with the Department of Human
Services Contract with TCP. This certification supports the TCP contract during the period from 4/1/2024 –
6/30/2024. The fund allocation is as follows:
Vendor: TCP Contract #: CW114502
Fiscal Year 2024 Funding: 4/1/24 -6/30/24
DIFS Award
DIFS DIFS DIFS
Agency Cost Project Subtask Amount
Fund Program Account
Center
JA0 1010001 70343 700198 7141002 $1,674,590.00
JA0 1010001 70350 700186 7141002 202219 1000574 10.06 $776,498.41
JA0 1010001 70350 700185 7141002 202219 1000574 10.04 $1,909,282.00
JA0 1010001 70335 700196 7141002 $3,217,892.36
JA0 1010001 70348 700180 7141002 202218 1000574 10.05 $1,939,120.77
JA0 1010001 70341 700199 7141002 $900,000.00
JA0 1010001 70347 700191 7141002 $5,609,356.27
JA0 1010001 70346 700193 7141002 $4,626,666.46
FY 2024 Contract Total: $20,653,406.27
There is no fiscal impact associated with the contract. Should you have any questions, please contact me at
(202) 671-4240.
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
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: March 19, 2024
SUBJECT: Approval of Emergency Contract for Provision of Management for
Continuum of Care for the Homeless
Contractor: Community Partnership for the Prevention of Homelessness
Contract Number: CW114502
Contract Amount: NTE $20,653,181.29
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
1. Caption DHS-Emergency Continuum of Care for Page of Pages
SOLICITATION, OFFER, AND AWARD
Homeless 1 192
2. Contract Number 3. Solicitation Number 4. Type of Solicitation 5. Date Issued 6. Type of Market
Sealed Bid (IFB) Open
CW114502 N/A Sealed Proposals (RFP) Set Aside
April 1,
Sole Source Open Market with Set-Aside
Emergency 2024 CBE Designated Category
7. Issued By 8. Address Offer to:
Office of Contracting and Procurement Office of Contracting and Procurement
441 - 4th Street, N.W., Suite 330 South 441 - 4th Street, N.W., Suite 330 South
Washington, D.C. 20001 Washin