MURIEL BOWSER
MAYOR
May 30, 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 §
2-302.02), enclosed for consideration and approval by the Council of the District of Columbia is
proposed Modification No. M0006 to Contract No. CW99623 with Qlarant Quality Solutions, Inc.
(Qlarant) to exercise option year two in the amount of $1,860,635.13. The period of performance
is from August 7, 2024, through August 6, 2025.
Under the proposed modification, Qlarant will continue to serve as the external quality review
organization for the District’s managed care organizations, prepaid inpatient health plan, prepaid
ambulatory health plan, and primary care case management.
My administration is available to discuss any questions you may have regarding the proposed
contract modification. 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 modification.
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
(Option)
(A) Contract Number: CW99623
Proposed Contractor: Qlarant Quality Solutions, Inc. (Qlarant)
Contract Amount (Option Period Two): $1,860,635.13
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: August 7, 2024 through August 6, 2025
Type of Contract: Firm Fixed Price
(B) Identifying number of the underlying contract, including the identifiers assigned to the
underlying contract by the Council for the base period and any subsequent option periods:
Base Year Amount: $1,765,605.08
(August 7, 2022 through August 6, 2023)
(Council Approval CA24-0750)
Option Period One Amount: $1,806,441.87
(August 7, 2023 through August 6, 2024)
(Council Approval CA25-0240)
Option Period Two Amount: $1,860,635.13
(August 7, 2024 through August 6, 2025)
Option Period Three Amount: $1,916,454.18
(August 7, 2025 through August 6, 2026)
Option Period Four Amount: $1,973,947.80
(August 7, 2026 through August 6, 2027)
1
(C) A statement 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 March 26, 2024, the Citywide Clean Hands database certified that Qlarant is current with its
District taxes.
(D) A statement 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 Department of Health Care Finance Agency Fiscal Officer certified that funding in the amount
of $1,860,635.13 is available to support the contract.
2
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 26, 2024 Notice Number: L0011543837
QLARANT QUALITY SOLUTIONS, INC FEIN: **-***0082
28464 MARLBORO AVE Case ID: 1920854
EASTON MD 21601-2732
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
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)
§ 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
for Associate Chief Financial Officer
Human Support Services Cluster
FROM: Darrin Shaffer
Agency Fiscal Officer
Department of Health Care Finance
DATE: 5/9/2024
SUBJECT: Certification of Funding for the External Quality Review Services Contract
The Office of the Chief Financial Officer hereby certifies that the sum of 1,860,635.13 is included in the District’s
Local Budget and Financial Plan for Fiscal Year 2024 to fund the costs associated with the Department of Health
Care Finance’s (DHCF) contract with Qlarant Quality Solutions, Inc. This certification supports the External Quality
Review Services (EQRO) contract during the period from August 7, 2024 through August 6, 2025.
The fund allocation is as follows:
Vendor: Qlarant Quality Solutions, Inc. DHCF Contract #: CW99623
Fiscal Year 2024 Funding: 8/7/2024-9/30/2024
Agency DIFS Fund DIFS Cost Center DIFS Program DIFS Account Amount
HT0 1010001 70162 700094 7132001 70,023.90
HT0 4025002 70162 700094 7132001 210,071.71
FY 2024 Contract Total $280,095.61
Fiscal Year 2025 Funding: 10/1/24-8/6/2025
Agency DIFS Fund DIFS Cost Center DIFS Program DIFS Account Amount
HT0 1010001 70162 100189 7132001 395,134.88
HT0 4025002 70162 100189 7132001 1,185,404.64
FY 2025 Contract Total $1,580,539.52
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
1. Contract Number Page of Pages
CW99623 1 1
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
External Quality Review
CW99623 - M0006 August 7, 2024 Organization (EQRO)
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Department of Health Care Finance
441 4th Street NW, Suite 330 South 441 4th Street, NW Suite 900 South
Washington, DC 20001 Washington, DC 20001
Attn: Fatorma Greene
8. Name and Address of Contractor (No. street, city, county, 9A. Amendment of Solicitation No.
state and zip code)
9B. Dated (See Item 11)
Qlarant Quality Solutions, Inc. 10A. Modification of Contract/Order No.
28464 Marlboro Ave
X
Easton, MD 21601-2732 (CW99623) M0006
townsend-williamsa@qlarant.com
10B. Dated (See Item 13)
Code Facility December 19, 2022
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning __________ copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer
submitted; or (c) BY separate letter or fax which includes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGMENT TO
BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION
OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such may be made by letter or fax, provided each letter or
telegram makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ORDERS ,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to (Specify Authority): 27 DCMR, Chapter 36, Contract Modifications
X The changes set forth in Item 14 are made in the contract/order no. in item 10A.
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation data
etc.) set forth in item 14, pursuant to the authority of 27 DCMR, Chapter 36, Section 3601.2.
C. This supplemental agreement is entered into pursuant to authority of:
D. Other (Specify type of modification and authority)
E. IMPORTANT: Contractor is not is required to sign this document.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
In accordance with Contract Number CW99623, the contract is modified as follows:
1. Pursuant to Section F.2 of the contract, Option to Extend the Term of the Contract, the District hereby
exercises option period two for the period of performance from August 7, 2024 through August 6, 2025
in the amount of $1,860,635.13.
2. Price Schedule, Section B.3.3 – See Attachment A
All other terms and conditions remains unchanged
Except as provided herein, all terms and conditions of the document is referenced in Item 9A or 10A remain unchanged and in full force and effect.
15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer
Jarad Dorsey
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
(Signature of person authorized to sign) (Signature of Contracting Officer)
ATTACHMENT A
PRICE SCHEDULE – FIXED UNIT PRICE
B.3.3 OPTION YEAR TWO
August 7, 2024 through August 6, 2025
ESTIMATED PRICE PER TOTAL
CLIN ITEM DESCRIPTION UNIT
QUANTITY UNIT AMOUNT
Perform external quality review and related activities of the District's Managed Care
2001
Plans
Activity 1: Operational
Systems Review - Review
MCP Compliance with
Medicaid Managed Care Per
2001AA 5 to MCPs $128,514.89 $642,574.45
Regulations and DHCF MCP
Contract Standards as
described in Section
C.5.2.1.1
Activity 2: Validate MCP
Performance Improvement Per
2001AB 5 to MCPs $14,668.91 $73,344.55
Projects as described in MCP
Section C.5.2.1.2
Activity 3: Validate MCP
Performance Measures as Per
2001AC 5 to MCPs $27,892.99 $139,464.95
described in Section MCP
C.5.2.1.3
Activity 4: Calculate and
Validate Health Home Per
2001AD Performance Measures as Medicaid 1 to DHCF $324,923.05 $324,923.05
described in Section Agency
C.5.2.1.4
Activity 5: Validate MCP
Early and Periodic
Screening, Diagnosis, and
2001AE Treatment (EPSDT) CMS- Per MCP 4 to MCPs $35,882.05 $143,528.20
416 Performance Measures
as described in Section
C.5.2.1.5
Activity 6: Validate MCP
Network Adequacy as $21,936.26 $109,681.30
2001AF Per MCP 5 to MCPs
described in Section
C.5.2.1.6
Activity 7: Validate the
Encounter Data Reported
2001AG Per MCP 4 to MCPs $40,304.22 $161,216.88
by MCP as described in
Section C.5.2.1.7
Activity 8: Conduct Focus
Per
Study of Health Care
2001AH Medicaid 1 to DHCF $69,270.90 $69,270.90
Quality as described in
Agency
Section C.5.2.1.8
ESTIMATED PRICE PER TOTAL
CLIN ITEM DESCRIPTION UNIT
QUANTITY UNIT AMOUNT
EQR Related Activity:
Technical Assistance to
Per 5 to MCPs and
2001AI DHCF and MCPs as $1,579.10 $9,474.60
Entity 1 to DHCF
described in Section
C.5.4.1
EQR Related Activity:
Annual Technical Report as
2001AJ Per MCP 5 to MCPs $12,019.91 $60,099.55
described in Section
C.5.4.2.6
Optional Activity 1:
Administer or Validate Per
2001AK Quality of Care Survey as Medicaid 1 to DHCF $39,024.03 $39,024.03
described in Section Agency
C.5.3.1.1
Optional Activity 2:
Develop Consumer Report Per
2001AL Card on MCP Performance Medicaid 1 to DHCF $48,962.27 $48,962.27
as described in Section Agency
C.5.3.1.2
Optional Activity 3:
Calculate Additional Per
2001AM Performance Measures as Medicaid 1 to DHCF $39,070.40 $39,070.40
described in Section Agency
C.5.3.1.3
OPTION YEAR TWO TOTAL $1,860,635.13