MURIEL BOWSER
MAYOR
June 6, 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
Contract No. CW114132 with Ferrara Fire Apparatus, Inc. in the not-to-exceed amount of
$16,470,472.04. The period of performance is from the date of the award through November 30,
2027.
Under this contract, Ferrara Fire Apparatus, Inc. will provide a minimum of six and a maximum
of twelve custom pumper trucks that will be used to provide emergency 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
(Multiyear)
(A) Contract Number: CW114132
Proposed Contractor: Ferrara Fire Apparatus, Inc.
Contract Amount: $8,230,236.02 (Minimum) (capital funds)
$16,470,472.04 (Maximum)
Unit and Method of Compensation: Price per unit
Term of Contract: Date of award through November 30, 2027
Type of Contract: Indefinity Delivery-Indefinite Quantity (IDIQ)
Source Selection Method: Order against 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:
Not applicable
(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 the Contractor to provide a
minimum of six up to a maximum of twelve custom pumper trucks that will be used to provide
emergency response services throughout 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:
1
The proposed delivery order will be awarded against the cooperative agreement between
HGACBuy and Ferrara Fire Apparatus, Inc.
(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:
None
(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:
Ferrara Fire Apparatus Inc has been in business since 1979 providing various forms of Fire
Apparatus such as aerial ladder trucks, pumpers, tankers, rescue Squads, and custom chassis across
the United States. The contractor has the financial resources to adequately perform the contract, the
ability to comply with the delivery schedule, and a satisfactory record of performance, integrity and
business ethics. In addition, the contractor has supplied the District with goods in the past in a
satisfactory manner and is in compliance with the District’s tax filing and payment requirements.
(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:
Not applicable
(H) Performance standards and the expected outcome of the proposed contract:
The contractor shall provide the custom pumpers in accordance with FEMS requirements and
timeline.
(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:
2
The Office of the Chief Financial Officer has certified that there is sufficient funding for the
minimum total amount of 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:
The contract action has been determined to be legally sufficient and the proposed contractor 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 which 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 proposed contractor is not a certified small, local, disadvantaged and resident-owned 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
government.
3
(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 & Findings for Use of a Cooperative Agreement
Determination & Findings for Price Reasonableness
Determination & Findings for Contractor Responsibility
Determination & Findings for Multi-Year
(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 25, 2024 Notice Number: L0011771491
FERRARA FIRE APPARATUS, INC. FEIN: **-***9363
27855 JAMES CHAPEL RD N Case ID: 4477060
HOLDEN LA 70744-5309
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 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 5/2/2024
Public Safety and Justice Cluster
DATE: April 29, 2024
SUBJECT: Certification of Funding Availability for Ferrara Fire Apparatus, Inc
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 $8,230,236 for the purchase of 6 Ferrara Custom Pumpers. 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: Tomás Talamante
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: May 21, 2024
SUBJECT: Approval of Cooperative Agreement for Custom Pumper Trucks
Contractor: Ferrara Fire Apparatus, Inc.
Contract Number: CW114132
Contract Amount: Min- $8,230,236.02, Max- $16,470,472.04
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA 1.REQUISITION NUMBER PAGE
TASK ORDER/DELIVERY ORDER FOR SERVICES RK244706 1 of 8
OFFEROR TO COMPLETE BLOCK 29
2. DELIVERY ORDER AGREEMENT NO. 3. AWARD/EFFECTIVE DATE 4. CONTRACT NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE
H-GACBuy Cooperative
CW114132 See 30C below Agreement No. FS12-23 N/A N/A
with Ferrara Fire Apparatus,
Inc.
7. FOR SOLICITATION INFORMATION A. NAME B. TELEPHONE (No Collect Calls) 8.OFFER DUE DATE:
CONTACT:
Email: angela.turner@dc.gov
Angela Turner (202) 671-2414
9. ISSUED BY 10. THIS ACQUISITION IS 11. DELIVERY FOR FOB 12. PAYMENT DISCOUNT TERMS
Office of Contracting and Procurement DESTINATION UNLESS
Transportation and Specialty Equipment
UNRESTRICTED
SET ASIDE %FOR
BLOCK IS MARKED
N/A
Net 30 days
SMALL BUSINESS
Commodity Group SMALL DISADV. BUS.
13. RESERVED
2000 14th Street, NW, 6th Floor GSA
DCSS 14. METHOD OF SOLICITATION
Washington, DC 20009 Cooperative Agreement
RFTOP IFB RFP
2-STEP
SIC:
15. CONTRACTOR / OFFEROR 16. PAYMENT WILL BE MADE BY
Ferrara Fire Apparatus, Inc. https:/vendorportal.dc.gov
27855 James Chapel Road
Holden, LA 70744
15A DUNS CODE95-811-9026 15B TAX ID NO.721129363
17. DELIVER TO 18. ADMINISTERED BY
Fire and Emergency Medical Services (FEMS) Fire and Emergency Medical Services (FEMS)
1103 Half Street, SW 2000 14th Street NW, Suite 5000
Washington, DC 20024 Washington, DC 20009-6211
18A. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18B. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 16 UNLESS BLOCK
BELOW IS CHECKED
SEE ADDENDUM
19 20 21 22 23 24
ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1 Ferrara Custom Pumper (CINDERPUMPER-2023) 6 EA $8,228,236.00 $16,456,472.
2 HGAC Order Processing Charge 1 EA $ 2,000.00 $ 2,000.
25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD (FOR GOVT. USE ONLY)
ENCUMBRANCE CODE: $ 8,230,236. (MIN)
$16,458,472. (MAX)
27. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ONE COPY TO THE 28. THE FOLLOWING DOCUMENTS ARE INCORPORATED BY REFERENCE INTO THIS
ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR DELIVERY ORDER IN THE FOLLOWING PRIORITY: (1) SEE SECTION 10.
OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL PAGES SUBJECT TO THE TERMS
AND CONDITIONS SPECIFIED HEREIN. THIS ORDER IS ISSUED SUBJECT TO THE TERMS AND
CONDITIONS OF THE CONTRACT IDENTIFIED IN BLOCK 4.
29A. SIGNATURE OF OFFEROR /CONTRACTOR 30A. DISTRICT OF COLUMBIA (SIGNATURE OF CONTRACTING OFFICER)
29B. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 29C. DATE SIGNED 30B. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 30C. DATE
SIGNED
Angela Turner
Page 2 of 8
Delivery Order No. CW114132
1. PRODUCT REQUIRED: The contractor shall provide a minimum quantity of six (6) custom
pumpers HGAC contract product (CINDERPUMPER-2023) in accordance with the contractor’s