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. CW114208 with Telligen, Inc. in the not-to-exceed amount of
$7,440,820.07. The period of performance if from November 17, 2024, through November 16,
2025.
Under the proposed contract, Telligen, Inc. will provide long-term care support services which
include: (1) intake services; (2) assessing applicant programmatic (non-financial) eligibility,
including pre-admission screening and resident review and processing; (3) determining level of
care; (4) recommending a range of service hours; and (5) referring beneficiaries to home and
community-based services. The goal of this procurement is to increase the validity, reliability, and
overall quality of the assessment function while improving program integrity and reducing fraud,
waste, and abuse.
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: CW114208
Proposed Contractor: Telligen, Inc. (Telligen)
Contract Amount (Base Year): Minimum $2,689,676.97, Maximum $7,440,820.07
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: November 17, 2024 through November 16, 2025
Type of Contract: Indefinite Delivery Indefinite Quantity
Source Selection Method: Request for Proposal (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:
Base Year Amount: NTE $7,440,820.07
(November 17, 2024 through November 16, 2025)
Option Period One Amount: NTE $7,339,907.51
Explanation of difference from base period (if applicable):
The amount for option period one is less than the amount of the base year due to the Contractor
estimating that participation in administrative hearings and providing related administrative
functions would occur more frequently in the base year than in option period one.
Option Period Two Amount: NTE $7,523,697.07
Explanation of difference from base period (if applicable):
The amount for option period two exceeds the price for the base period due to inflationary factors
related to the cost of operating a business and because of CPI inflation that measures the average
1
change over time in the prices paid by urban consumers for a market basket of consumer goods
and services.
Option Period Three Amount: NTE $7,712,337.16
Explanation of difference from base period (if applicable):
The amount for option period three exceeds the price for the base period due to inflationary factors
related to the cost of operating a business and because of CPI inflation that measures the average
change over time in the prices paid by urban consumers for a market basket of consumer goods
and services.
Option Period Four Amount: NTE $7,905,780.98
Explanation of difference from base period (if applicable):
The amount for option period four exceeds the price for the base period due to inflationary factors
related to the cost of operating a business and because of CPI inflation that measures the average
change over time in the prices paid by urban consumers for a market basket of consumer goods
and services.
(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 contractor shall provide long term care support services which includes: (1) intake services,
(2) assess applicant programmatic (non-financial) eligibility, including pre-admission screening
and resident review and processing, (3) determine the level of care, (4) recommend a range of
service hours, and (5) refer beneficiaries to home and community-based services. The goal of this
procurement is to increase the validity, reliability, and overall quality of the assessment function;
improve program integrity; and reduce fraud, waste, and abuse.
(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:
Solicitation Number Doc644358 was issued to the public on February 17, 2023 through an RFP.
The solicitation closed on March 17, 2023. On the closing date, the District received three
proposals in response to the solicitation. The contracting officer (CO) determined that one proposal
was nonresponsive based the respective offeror failing to submit with their proposal a compliant
proposed subcontracting plan and should be eliminated from further consideration for award. The
two proposals were evaluated in accordance with the technical evaluation factors as described in
the solicitation, which are listed below.
The evaluation factors consisted of:
Technical Approach and Methodology;
Technical Expertise and Capacity;
Technical Experience and Past Performance; and
Price.
2
Based upon the findings of the technical evaluation panel and the contracting officer’s independent
review of the proposals in accordance with the evaluation factors, the contracting officer
determined that the proposal from Telligen was the most advantageous offer to the District and that
it is in the best interest of the District that award be made to Telligen.
(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:
• Protest 1: Contract Appeals Board (CAB) No. P-1188, Liberty Healthcare Corporation (Liberty),
Resolution: Denied and Dismissed with Prejudice
On September 22, 2023, a protest was filed by Liberty with the CAB. Liberty alleged that their
exclusion from the competition was inconsistent with the terms of the solicitation and
unreasonable, the District did not conduct meaningful discussions, and the District’s
discussions also resulted in Liberty being misled.
On December 19, 2023, the protest was denied and dismissed with prejudice by the CAB.
(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 proposed contractor has demonstrated through past performance reports that its organization
has the history, organizational and technical experience, including the key personnel, required to
successfully meet the requirements of the proposed contract. Likewise, it has been determined that
the proposed contractor maintains the financial resources, accounting and operational controls to
successfully fulfill the District’s requirement. The proposed contractor has been determined
responsible in accordance with the District’s standards of responsibility.
(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:
The contractor provided a subcontracting plan with a set-aside of 35% with a total dollar amount
of $2,664,659. The contracting officer has determined that the plan meets the Department of Small
and Local Business Development requirements.
(H) Performance standards and the expected outcome of the proposed contract:
The Department of Health Care Finance (DHCF) aims to continue to offer long term care services
through the Medicaid State Plan and §1915(c) Home and Community-Based services for
3
participants and their families by operating an efficient and effective intake and assessment
process, ensuring access to long-term services and supports.
Performance is expected to be in accordance with the contract and all state and federal regulatory
standards, including, but not limited to, 29 DCMR §989 and applicable Medicaid §1915(c) Home
and Community-Based service waivers.
(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:
None
(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 DHCF Agency Fiscal Officer certified that funding in the amount of $7,440,820.07 is
available to DHCF to support the contract for long term care support services.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The contract has been reviewed by the Office of the Attorney General and found to be legally
sufficient. The contractor has no pending legal claim 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):
On May 02, 2024, the Citywide Clean Hands database certified that the contractor is current with
its District taxes.
(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 self-certified, via the Bidder/Offeror Certification form, that it is current with
its federal taxes.
(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.:
The contractor is not a certified local, small or disadvantaged business enterprise.
4
(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:
As of February 23, 2024, the contractor does not appear on the Office of Inspector General
Exclusions Database, the Federal Excluded Parties List or the District’s list of Debarred and
Suspended Contractors.
(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):
Determination and Findings for Competitive Sealed Proposal, dated February 16, 2023
Determination and Findings for Competitive Range Determination, dated June 12, 2023
Determination and Findings for Contractor’s Responsibility, dated February 29, 2024
Determination and Findings for Price Reasonableness, dated February 27, 2024
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
http://ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
http://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: May 2, 2024 Notice Number: L0011812794
TELLIGEN FEIN: **-***2483
1776 WESTLAKES PKWY Case ID: 5136001
WEST DES MOINES IA 50266-7771
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 Health Care Finance
Office of the Chief Financial Officer
MEMORANDUM
TO: Nancy Hapeman
Acting Chief Procurement Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Darrin Shaffer
Agency Fiscal Officer
Department of Health Care Finance
DATE: April 26, 2024
SUBJECT: Certification of Funding for the Long-Term Care Support and Services Assessment Contract
The Office of the Chief Financial Officer hereby certifies that the sum of $7,440,820.07 is included in the District’s
Local Budget and Financial Plan for Fiscal Year 2025 to fund the costs associated with the Department of Health
Care Finance’s (DHCF) Long-Term Care Support and Services Assessment, Telligen, Inc contract. This certification
supports the Telligen, Inc contract cost from November 17, 2024 through November 16, 2025. This fund allocation
is as follows:
Vendor: Telligen, Inc Contract Number: CW114208
Fiscal Year 2025 Funding: 11/17/2024 - 9/30/2025
Cost Project Split
Fund Agency Program Account Project Award Amount
Center Task (%/$)
1010001 HT0 100194 70273 7132001 Blank Blank Blank 55% 3,569,526.74
4025002 HT0 100194 70273 7132001 200881 25.07 2001984 45% 2,920,521.88
TOTAL 6,490,048.62
Fiscal Year 2026 Funding: 10/01/2025 - 11/16/2025
Cost Project Split
Fund Agency Program Account Project Award Amount
Center Task (%/$)
1010001 HT0 100194 70273 7132001 Blank Blank Blank 55% 522,924.30
4025002 HT0 100194 70273 7132001 200881 25.07 2001984 45% 427,847.15
TOTAL 950,771.45
441 4th Street, N.W., Suite 960N, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
Upon approval of the District’s Local Budget and Financial Plan by the Council and the Mayor and completion of
the thirty-day Congressional layover, funds will be sufficient to pay for fees and costs associated with the contract.
There is no fiscal impact associated with the contract.
Should you have any questions, please contact me at (202) 442-9079.
441 4th Street, N.W., Suite 960N, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
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: May 8, 2024
SUBJECT: Approval of Contract for Long Term Care Support Services
Contract Number: CW114208
Contractor: Telligen, Inc.
Contract Amount: Minimum: $2,614,358.83
Maximum: $7,440,820.07
This is to Certify that this Office has reviewed the above-referenced Contract and that we h