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 §
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
proposed Contract No. CW99292 with Atlantic Emergency Solutions, Inc. in the amount of
$1,394,902. The period of performance is three years from the date of the award.
Under the proposed contract, Atlantic Emergency Solutions, Inc. will provide two rescue fire
fighting vehicles for fire and emergency medical response services throughout 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 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/Multiyear)
(A) Contract Number: CW99292
Proposed Contractor: Atlantic Emergency Solutions, Inc.
Contract Amount: $ 1,394,902 – Capital Funds
Unit and Method of Compensation: Price per unit
Term of Contract: Date of Award through Three Years Thereafter
Type of Contract: Firm Fixed Price
Source Selection Method: Cooperative Agreement
(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:
This delivery order does not have option periods.
(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 D.C. Fire and Emergency Medical Services (FEMS) requires a Contractor to provide two new
2-Door Ford 4x4 F550 Cab/chassis, twin agent units.
(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:
The proposed delivery order will be awarded against a cooperative agreement between Houston-
Galveston Area Council (H-GAC) and Atlantic Emergency Solutions, Inc.
1
(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 is no bid protest.
(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:
Founded in 2010, Atlantic Emergency Solutions, Inc has developed a reputation for providing
fire and rescue emergency vehicles and associated equipment to jurisdictions. Their D&B Report
indicated “Fair” credit appraisal and “Clear” history status. Atlantic Emergency Solutions has
satisfactorily provided equipment parts and repair services to the District over the past years.
(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:
There is no subcontracting opportunity for this procurement.
(H) Performance standards and the expected outcome of the proposed contract:
The Contractor shall provide two new 2-Door Ford 4x4 F550 Cab/chassis, twin agent units.in
accordance with the FEMS requirements.
(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:
As of this date, there is no expenditure of funds by the District.
(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 Office of the Chief Financial Officer has certified that there is sufficient funding for the
proposed contract.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
2
The contract action has been determined to be legally sufficient. The contract 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):
A certification has been issued by the Citywide Clean Hands database indicates that the proposed
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 proposed contractor self-certified that they are current with 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 business enterprise.
(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:
The contractor is not debarred or excluded from providing services to the District and federal
governments.
(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):
D&F for Use of a Cooperative Agreement
D&F for Contractor Responsibility
D&F for Multi-Year Contract
D&F for Price Reasonableness
3
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract when executed will be posted on the Office of Contracting and Procurement website
– www.ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
Not applicable
4
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: April 15, 2024 Notice Number: L0011677422
ATLANTIC EMERGENCY SOLUTIONS INC FEIN: **-***7193
12351 RANDOLPH RIDGE LN Case ID: 3592233
MANASSAS VA 20109-5213
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
OFFICE OF THE ASSOCIATE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY & JUSTICE CLUSTER
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: David Garner, Associate Chief Financial Officer 4/5/2024
Public Safety and Justice Cluster
DATE: April 5, 2024
SUBJECT: Certification of Funding Availability for Atlantic Emergency Solutions
The Office of the Chief Financial Officer (OCFO) certifies available funding in the Fire and
Emergency Medical Services Department (FEMS) FY24 to FY29 capital budget plan in the
amount of $1,394,902 for the purchase of 2 Twin Agent Units. Funds have been committed in
PASS under RK223329 in the amount of $1,310,320. The remaining $84,582 is available in the
FEMS FY24 to FY29 capital budget plan.
Future orders above the funds available are contingent upon the identification of additional
funding.
If you have any questions concerning this certification, please contact Dan Proudfoot, Agency
Fiscal Officer, at (202) 815-4458.
1100 4th Street, S.W. • SUITE 730E • WASHINGTON, D.C. 20024
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
SUBJECT: Contractor: Atlantic Emergency Solutions, Inc.
Contract No.: CW99292
Total Amount: NTE $1,394,902.00
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 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 9100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
TREQUISTION NUMBER PAGE
GOVERNMENT OF THE DISTRICT OF COLUMBIA
‘TASK ORDER/DELIVERY ORDER FOR SERVICES NA 1of6
OFFERORTO COMPLETE BLOCKS 18 & 29
T 3: RvardEecve
T TASKORDER AGREEMENNO] Dae |¥CONTRACTNOMBER Soween er ZSOLTATION SUE
ate
cw99292 see30C below |HGACBuy #FS12-19 NA NA
ET TAROT ATE STELERUNE amsam | TOPPERDUEDATE
INE. 202-671-1586
Email; 7 Sherman Squire2@de-gov | Sherman Squire PHOY ms NA
TRSEDEY SETAE ROGUSTTON TE] 1 DELERY FORTOR TAVERN DISCOUNT
seven | BlockSankeo | Net 30daye
OFFICE OF CONTRACTING AND © straps wor |OWA
PROCUREMENT B shat nusness ers eee
‘TRANSPORTATION AND SPECIALTY B Comme, LEESON
UIPMENT COMMODITY GROUP ws
2000 14™ STREET, NW, 6™ FLOOR, goss Bare ge Ger Gane
WASHINGTON, DC 20009 S25 STANDARD:
CONTRACTORTOFFEROR Te PAYMENT WILL BEWADEBY‘cove
Atlantic Emergency Solutions, Inc. Office of the Associate Chief Financial Officer
12351 Randolph Ridge Lane Government Services Cluster
Manassas, VA 20109 2000 14* Street, NW, 6" Floor
TSA DUNSCODE 138 TAXID NO. Washington, DC_20009
17 DELIVER TO TH: ADMINISTERED
BY
Fire and Emergency Medical Services (FEMS) Fire and Emergency Medical Services (FEMS)
1103 Half Street, SW 2000 14" Street, Suite 500
Washington, DC 20024 Washington, DC 20009
IN OFFER
TA CHECK F REMITTANCE BS DIFFERENT AND PUT SUCH ADDRESS TaB, SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 16
a UNLESS BLOCK BELOW IS CHECKED
Cl see apoeNoUM
7 Ey 7 bry = mr
mew ‘SCHEDULE OF SUPPLIESISERVICES esrawte| unm | unrprice | esvianreD ‘AMOUNT
NO. WUANTITY
0001| 2024/2025 New 2-Door Ford 4x4 F550 Cab/Chassis, Rescue 2 EA | $696,951| $ 1,393,902
Fire Fighting Vehicles (RK22329)
0002| HGAC Order Processing Charge 1 EA | $1,000 $1,000
Note to Contractor: Order shall be increased on an as needed
basis. TE TOTAL ESTIMATEDAWARDpomcon OHO
TE ACCOUNTING AND APPROPRIATION DATA
ENCUMBRANCE CODE: NTE $1,394,902
TT CONTRACT ORS REQUIREDTO SIGN THISDOCUMESENT AND RETURN ONE COPY TO “BE TIIE FOLLOWI NG DOCUMEN TS ARE INCORPOR ATED BY REFERENCE
{its ISSUING OFFICE. CONTRACTO R AGRE TOFURNISH AND DELIVER LALL ITENS INTOTis DELIVERY ORDER INTOTTHE NG PRIORITY: (1).NS THIS
FOLLOWIAND
SET FORTHONTHEOTHERWISE IDENTIFIED ABOVE ANDON ANY ADDITIONA PAGES DELIVERY ORDER 1 SUBIEC THE TERMS CONDITIO OF THE
SUBJECTTO TERMSAND CONDITIONS OF ISSUED US-COMMUNITIES CONTRACT IDENTIFIEDINBLOCK4
SPECIFIED HEREIN. THiS ORDERINDIS BLOCK
SUBJECTTO THE TERMS AND CONDITIONS THECONTRACT IDENTIFIE
uOR” SIGNATURE OF OFFEROR TOR JOR DISTRICTOFCOLUMBIA ATGHATURE OF CONTRACTING OFFICER
RANE AN FSIGNER
anoO FAC DATESTONED [Hib NANEOFCONTRACTING OFFICER Gretim | S0CDATESIONED,
Tonia C. Nixon
Back Seeks <2 W26pe4 Contracting Officer
Task Order CW99292
Twin Agent Units
Page 2 of 6
1 SCOPE OF WORK
‘The contractor shall deliver two new rescue fire fighting vehicles in accordance with the
contractor’s Contract Pricing Worksheet dated 9/19/23.
2 COOPERATIVE AGREEMENT NUMBER: HGACBuy #FS12-19, and all
amendments thereof.
3. ‘TASK ORDER NO.: CW99292
TERM OF THE AGREEMENT:
The period of performance shall be from the date of award denoted in Section 16C on the
coverofthis Task Order Contract through three years thereafter.
OPTION TO EXTEN!
5. ‘The Government may extend the term of this agreement for a periodofone, one (1) year
option period, or successive fractions thereof, by written notice to the Contractor before
the expiration of the BPA; provided that the District will give the Contractor a
preliminary written notice of its intent to extend at least thirty (30) days before the
agreement expires. The preliminary notice does not commit the District to an extension.
The exercise of this option is subject to the availability of funds at the time of the
exerciseofthis option. The Contractor may waive the thirty (30) day preliminar y notice
requirement by providing a written waiver to the Contracting Officer prior to expiration
ofthe task order.
5.2 Ifthe District exercises this option, the extended task order shall be considered to include
this option provision.
53 The price