MURIEL BOWSER
MAYOR
May 24, 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 Contract No. CW113009 with Changing Technologies, Inc. in the not-to-exceed amount
of $10,000,000. The period of performance is one year from the date of the award.
Under the proposed contract, Changing Technologies, Inc., will provide information technology
equipment and software.
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
(Standard)
(A) Contract Number: CW113009
Proposed Contractor: Changing Technologies, Inc.
Contract Amount: Minimum $10
Maximum $10,000,000
Unit and Method of Compensation: Payment will be made on the completion of
work for an individual task/purchase order.
Term of Contract: One Year from the Date of Award
Type of Contract: Indefinite Delivery/Indefinite Quantity
Source Selection Method: DC Supply Schedule
(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: Minimum $10
Maximum $10,000,000
Option Period One Amount: Minimum $10
Maximum $10,000,000
Option Period Two Amount: Minimum $10
Maximum $10,000,000
Option Period Three Amount: Minimum $10
Maximum $10,000,000
Option Period Four Amount: Minimum $10
Maximum $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:
The purpose of the DC Supply Schedule (DCSS) program is to serve as the primary contract
action for all District agencies to acquire support for their recurring requirements. The
contract is for the provision of services under information technology equipment and
software. This particular schedule is designed to provide information technology equipment
and software. The social and economic impact of the program is to allow District certified
business enterprises (CBE’s) the opportunity to conduct business with the District of
Columbia, thus creating additional jobs for city residents.
In accordance with paragraph one of the DCSS terms and conditions, the District of Columbia
receives a one percent discount based on the volume of services provided under the DCSS.
This fee is based on the invoice amount and provides revenue to the District.
(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:
DCSS solicitations are open on a continuous basis for information technology equipment and
software category. The solicitation for information technology equipment and software was
issued on July 31, 2017. Changing Technologies, Inc. submitted application number
ITES202240 on September 22, 2023.
Changing Technologies, Inc. was selected for an award based on achieving the following
requirements as outlined in the solicitation process.
a. Accepting the DCSS terms and conditions and contract provisions for supply and service
contracts.
b. Identifying and offering prices that are no greater than those of an identified Federal
Supply Schedule that provides services or supplies consistent with the scope of the DCSS
solicitation.
c. Submitting a minimum of three satisfactory customer references demonstrating
the contractor’s ability to satisfactorily provide the services or products as identified in the
scope of the solicitation.
d. Submitting a written certification that all personnel proposed on individual task orders shall
meet the minimum education/experience requirements as stipulated in the federal contract
being used to establish the DCSS contract.
Changing Technologies, Inc. submitted its completed online application on September 22,
2023. The application was reviewed and evaluated by the Office of Contracting and
Procurement (OCP). After review and evaluation of the application, the contracting officer
(CO) determined that Changing Technologies, Inc. had offered an appropriate multiple award
schedule consistent with the scope of the solicitation. OCP also established that the pricing
2
proposed by Changing Technologies, Inc. was reasonable based on Changing Technologies,
Inc. offering pricing at or below the respective federal contract pricing.
(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:
There are no bid protests related to the award of the contract.
(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:
Based on the CO’s review of the Dun & Bradstreet Report dated January 24, 2024, the CO
determined that Changing Technologies, Inc. has the necessary organizational experience,
technical skills, accounting and operational controls to provide the requirements of the
contract.
(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:
Changing Technologies, Inc. is a CBE vendor and therefore, it is not required to have a
subcontracting plan associated with this contract.
(H) Performance standards and the expected outcome of the proposed contract:
The purpose of the DCSS program is to serve as the primary contract vehicle for all District
agencies to acquire support for their recurring requirements. This contract is for the provision
of services under information technology equipment and software.
(I) 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:
There are no expenditures against this contract.
(J) 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 Agency Fiscal Officer has certified that funds for the minimum quantity of ten dollars are
available for FY2024 and that minimum-quantity funds for FY2025 have been budgeted.
3
(K) A certification that the contract is legally sufficient, including whether the proposed contractor
has any pending legal claims against the District:
The Attorney General for the District of Columbia has reviewed and approved the subject
contract for legal sufficiency. Changing Technologies, Inc. has no pending legal claims against
the District.
(L) 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 report dated March 6, 2024, indicates Changing
Technologies, Inc. is current with its District.
(M) 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 Changing Technologies, Inc. is in compliance with federal tax
requirements.
(N) 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.:
Changing Technologies, Inc. is currently a certified CBE; certification number no.
LSDZRE40743082025.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers significant:
None
(P) 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:
Changing Technologies, Inc. is not listed on the Federal or District Excluded Parties List.
(Q) 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 CO signed a Determination & Findings for Responsibility on March 6, 2024.
4
(R) Where the contract, and any amendments or modifications, if executed, will be made available
online:
OCP website located at www.ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP website located at 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: March 6, 2024 Notice Number: L0011414804
CHANGING TECHNOLOGIES FEIN: **-***9733
3602 13TH ST NW B Case ID: 1886021
WASHINGTON DC 20010
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
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: March 05, 2024
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW113009- Changing Technologies Inc.
PERIOD: October 1, 2023, thru September 30, 2024
This is to certify that the Office of Contracting and Procurement has $10,000.00 in its FY2024
budget to cover potential costs that may be incurred if a minimum order is not achieved for the
District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a DCSS contract, pursuant to
the DCSS Terms and Conditions, clause 5, the District guarantees the minimum order for each
contract in the amount of $10.00 for the base year and four option years. Any additional orders
placed on the DCSS contracts will be encumbered by the ordering agency prior to issuance.
There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would
be sufficient to cover the possibility of having to pay $10.00, upon request, to multiple
contractors.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: March 05, 2024
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW113009- Changing Technologies Inc.
PERIOD: October 1, 2024 thru September 30, 2025
This is to certify that the Office of Contracting and Procurement will allocate $10,000.00 in its
FY2025 budget to cover potential costs that may be incurred if a minimum order is not achieved
for the District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a DCSS contract, pursuant to
the DCSS Terms and Conditions, clause 5, the District guarantees the minimum order for each
contract in the amount of $10.00 for the base year and four option years. Any additional orders
placed on the DCSS contracts will be encumbered by the ordering agency prior to issuance.
There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would
be sufficient to cover the possibility of having to pay $10.00, upon request, to multiple
contractors.
Availability of FY 2025 budget is subject to approval of budget by the Council and Congress
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
1. Caption - CBE Market Page 1 of 30
AWARD/CONTRACT CBE Set-Aside
2. Contract Number 3. Effective Date 4. Solicitation/Requisition/Purchase Request/Project No.
CW113009 See Block 20C ITES202240
5. Issued By: Code 6. Administered by (If other than line 5)
Office of Contracting and Procurement
DC Supply Schedule Division
441 4th Street, NW, Suite 330 South
Washington, DC 20001
8. Name and Address of Contractor (No. street, city, county, state and Zip Code) 8. Delivery
FOB Origin Other (Delineated in each Task Order)
Changing Technologies, Inc. 9. Discount for prompt payment
3602 13th Street NW Net 30 days
10. Submit invoices to the Address shown in Item
Washington, DC 20010 (2 copies unless otherwise specified)

Tel # (202)-688-3631 Each Task Order/Delivery
DUNS FEIN Order.
11. Ship to/Mark For Code 12. Payment will be made by Code
See Task Order/Delivery Order As se