MURIEL BOWSER
MAYOR
June 11, 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(c-3) of the Procurement Practices Reform Act of 2010 (D.C. Official
Code § 2-352.02(c-3)), enclosed for consideration and approval by the Council of the District of
Columbia is proposed Modification No. M0003 to Contract No. CW106474 with Public
Performance Management, LLC, in the not-to-exceed amount of $10,000,000. The contract
modification’s period of performance is from July 3, 2024, through July 2, 2025.
Under the proposed modification, Public Performance Management, LLC, will continue to provide
information technology equipment and software.
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-3) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c-3), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Option)
(A) Contract Number: CW106474
Modification No. 0003
Proposed Contractor: Public Performance Management, LLC
Contract Amount (Option Period): Minimum: $10
Maximum: $10,000,000
Term of Contract: July 3, 2024, through July 2, 2025
(Option Year One)
Type of Contract: Indefinite Delivery/Indefinite Quantity with
payment based upon fixed prices.
(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:
The identifying number of the underlying contract is indicated below:
Base Period: CA25-0275 Minimum: $10
Maximum: $10,000,000
Option Period One: Minimum: $10
Maximum: $10,000,000
Option Period Two: Minimum: $10
Maximum: $10,000,000
Option Period Three: Minimum: $10
Maximum: $10,000,000
1
Option Period Four: Minimum: $10
Maximum: $10,000,000
(C) A statement that the 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 Contractor is in compliance with tax obligations of the Office of Tax and Revenue and the
Department of Employment Services according to the Clean Hands database report dated
April 1, 2024.
(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 Agency Fiscal Officer has certified that funds for the minimum quantity of ten dollars are
available for FY2024 and FY2025 have been budgeted by the agency.
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 1, 2024 Notice Number: L0011550997
PUBLIC PERFORMANCE MANAGEMENT LLC FEIN: **-***2452
1775 I ST NW Case ID: 2382705
WASHINGTON DC 20006-2402
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: April 30, 2024
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW82410 - The Excalibur Group
CW96065 - L.S Caldwell & Associates, Inc.
CW106474 - Public Performance Management, LLC
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
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: April 30, 2024
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW82410 - The Excalibur Group
CW96065 - L.S Caldwell & Associates, Inc.
CW106474 - Public Performance Management, LLC
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
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW106474 1 1
2. Amendment/Modification 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
Number
M0003 7/3/24 Information Technology
Equipment and Software
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Office of Contracting and Procurement
441 4th Street, NW, Suite 330S 441 4th Street, NW, Suite 330S
Washington, DC 20001 Washington, DC 20001
8. Name and Address of Contractor (No. Street, city, county, state and zip code) 9A. Amendment of Solicitation No.
9B. Dated (See Item 11)
Public Performance Management, LLC
1775 I Street NW, 10A. Modification of Contract/Order No
Washington, D.C. 20006 X CW106474
Code Facility 10B. Dated (See Item 13)
7/3/23
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 CONTRACTORS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to (Specify Authority):
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.
C. This supplemental agreement is entered into pursuant to authority of: 27 DCMR, Chapter 36, Section 3601.2
X D. Other (Specify type of modification and authority) 27 DCMR, Chapter 20, Section 2008, Exercise of Option
E. IMPORTANT: Contractor is not required to sign this document and return one copy to the issuing office.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
Pursuant to Section 3.2, Option to Extend the Term of the Contract, CW106474 is hereby modified as follows:
A. The District of Columbia Office of Contracting and Procurement hereby exercises its option to extend the term of
the contract for the period of July 3, 2024, through July 2, 2025 (Option Year One). The maximum contract
amount is $10,000,000.
B. The contractor is bound by Wage Determination No. 2015-4281, rev. 28, dated December 26, 2023, issued by the
Department of Labor.
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
Tornia Harrison
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
(Signature of person authorized to sign) (Signature of Contracting Officer)